Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2012 FBO #3703
DOCUMENT

C -- Planning IDIQ - Attachment

Notice Date
1/12/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (003C4);425 I St., NW;Washington DC 20001
 
ZIP Code
20001
 
Solicitation Number
VA10112R0011
 
Response Due
1/20/2012
 
Archive Date
4/28/2012
 
Point of Contact
Noella Bond
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs (VA), Office of Construction & Facilities Management (CFM), Washington, DC is seeking interested firms that are classified under one or more of the following small business programs: (1) Section 8(a); (2) HUB Zone; (3) Small Disadvantaged Business (SDB); (4) Woman-Owned Small Business (WOSB); (5) Service-Disabled Veterans-Owned Small Business (SDVOSB); and/or (6) Veteran-Owned Small Business (VOSB). Firms must have the applicable North American Industrial Classification System (NAICS) Code of 541310 with a small business size standard of $4.5 million. Small business firm must be capable of self performing at least 51 percent of the work. An IDIQ contract for Regional/Nationwide-Integrated Planning and Design Services will support a strategic effort [called VAFM] to improve facility planning, management, and acquisition by VA. The effort entails conducting enterprise-wide health care service delivery planning within the next 3-5 years. Planning studies will require an integrated, enterprise approach to strategic and capital planning, encompassing services and assets provided by Veterans Health Administration (VHA), National Cemetery Administration (NCA), and Veterans Benefits Administration (VBA). Multiple contracts will be awarded for each of the three CFM geographic support regions (East, Central, and West). (Regional headquarters are located in Silver Spring, MD, North Chicago, IL, and Mare Island, CA.) Prime firm must have an established working office in the region, and may be awarded a contract in more than one region if the firm has a working office in that region. Each contract will be for a base plus four (4)-years, not to exceed approximately $25 million. Only firms, or teams, with in-house professional services, and recent experience (within the last three years at a minimum) in health care, market-based, service delivery planning and design of state-of-the-art public and/or private sector health care and service related facilities, will be considered. Firms must further be able to demonstrate experience, ability, and data management and analysis, together with process and project management skills, to execute an integrated, comprehensive approach to service delivery planning within a tight schedule. The firm or team should include at least the following licensed/registered specialty disciplines, either in-house or through consultants, with demonstrable expertise in the respective fields of Architecture, and Civil, Mechanical and Electrical Engineering. The firm or team should also include other specialists with demonstrable expertise in planning and related work, including but not limited to Health Care Planners, Transportation Specialists, Futurists, Health Care Practitioners, Landscape Architects, Regional Planners, Site Planners, Historic Preservationists, Energy and Environmental Design Specialists (i.e. LEED), Cost Estimators, and Space Programmers. Areas of expertise should include experience providing the following services: architectural design and planning; health care system planning and analysis; health care operations and management including finance, human capital and clinical disciplines; service delivery planning; facility engineering [including energy]; facility assessment; facility master planning, including environmental analysis of sensitive properties and buildings, and the use of renewable energy; project planning; cost estimating; health care thought leadership and innovation [consulting]; process management and improvement; data organization and management; meeting facilitation; and project and program communications. In addition to health care related expertise, the team should include members with demonstrable expertise in planning burial operations and memorials, and National Shrines, and Veterans' benefits services. Firms and/or teams should have experience with the necessary state-of-the-art information technology to accomplish analysis and documentation, and to display and integrate results and solutions with existing VA data systems and processes. SAMPLE LIST OF TYPICAL TASKS "Organize and manage physical, virtual and other types of electronic meetings with government, consultants, community leaders, patients, staff, and others. "Provide [decision-making] information, briefings, papers, plans, drawings, estimates, and project development schemes for consideration. "Review, analyze, and interpret demand and supply background documentation provided by VA. "Develop ideal service delivery models by market area. "Assemble and display inventory of current assets, services and delivery models in each market area, by market. "Prepare and display regional and national VA programs by VISN. "Format data to facilitate comparisons of existing services to ideal models. "Assess and validate existing infrastructure and facilities through the review of Facility Condition Assessment (FCA) information, and physical inspection of functional conditions. "Provide cost estimates for facility projects and proposals. "Provide "cost of doing business" estimates for care and services provided. "Provide recommendations for each facility indicating value to service delivery and suitability for continued use. "Determine market service delivery gaps and constraints to optimal service delivery, including consideration of existing facilities and other delivery resources. (Optimal models for each market are based on theoretical ideal delivery models compared to existing services and delivery models, and include information from the physical assessment.) "Recommend service delivery approaches by market and by Administration to guide development of market plans. "Prepare executive summaries of proposed services delivery models. "Create market level service delivery plans, sequencing, prioritization and strategies for facility development, including capital and non-capital options. Provide in a maintainable and updatable format. "Document missions (services provided) for each existing or proposed facility, designating how each is integrated in a market-driven service delivery approach. "Facilitate meetings with members from each Administration to develop market level service delivery plans by Administration. "Prepare facility master plans (FMPs) for existing and proposed campuses, with clearly defined programmatic goals and associated capital initiatives, as required. (Type and scope of each FMP is determined by the facility's mission as defined in the market level plan.) "Outline specific current and proposed service delivery plans for each Administration according to its planning framework (national, regional, or network-related). "Summarize the VA planning process, including coordination of services and facility planning with existing Administration and Department strategic and capital planning processes. "Prepare summaries of decisions made at all meetings in narrative, graphic, and tabular form as appropriate. Format proposals as necessary to communicate with various VA audiences. "Provide enterprise level analysis of multiple plans and products including data, cost estimates, project plans, master plans, and submission documentation. SAMPLE LIST OF DELIVERABLES (List not necessarily complete) "Summary of Understanding of Background Material "Report of "Ideal" (Data-Driven) Service Delivery Models and documentation of planning process and decisions "Report of Existing Service Delivery Models with all VA services and assets in each market "Report of Assessment of Physical Infrastructure "Report of Optimum Service Delivery Models "Report of Market Specific Summaries "Report of Market Services Delivery Plans "Table: Facility Master Plan Components by Proposed Use Criteria Governing Services: Criteria can be found on the CFM Technical Information Library (TIL) website at (http://www.cfm.va.gov/TIL/). VA will provide consultants with all other relevant information not available on the TIL. This includes all reports prepared for the VAFM initiative, and findings from the National Institute of Building Sciences report, Innovative 21st Century Building Environments for VA Healthcare Delivery. Contractors with the skills and capabilities necessary to perform the stated requirements, and those that answer YES to all of the above, please forward an email (ONLY) by January 20, 2012 to noella.bond@va.gov with the following information: (1) name and address of your firm; (2) name, phone number, and email address of a point of contact; (3) DUNS number; (4) business size determination and qualifying Small Business status; and (5) certification of small business status. Submit a capability statement that exhibits clear and convincing evidence of the firm's capabilities and experience to perform the requirements. The capability statement is not to exceed 5 pages. PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL. DO NOT REQUEST A SOLICITATION PACKAGE. THE GOVERNMENT IS ONLY SEEKING INFORMATION FOR MARKET RESEARCH PURPOSES IN ACCORDANCE WITH FEDERAL ACQUISTION REGULATION (FAR) PART 10. THE GOVERNMENT MAY, OR MAY NOT, ISSUE SOLICITATION DOCUMENTS FOR THIS PROJECT. LOOK FOR ANY FURTHER INFORMATION IN FEDBIZOPPS. TELEPHONE INQUIRIES WILL NOT BE RETURNED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10112R0011/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-12-R-0011 VA101-12-R-0011 SS SB MOD.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=287762&FileName=VA101-12-R-0011-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=287762&FileName=VA101-12-R-0011-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: various, see announcement
Zip Code: 20001
 
Record
SN02653591-W 20120114/120112234448-38e7016ec83e141a52b44bd82dc354e8 (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  © 1994-2020, Loren Data Corp.