Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
DOCUMENT

C -- VISN 19 Master Plan Sources Sought - Attachment

Notice Date
12/15/2016
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (003C4);13611 East Colfax Ave.;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10117N0291
 
Response Due
1/15/2017
 
Archive Date
4/15/2017
 
Point of Contact
George W. Williams
 
E-Mail Address
7-5150<br
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT VA101-16-N-0040 Architect/Engineering Indefinite Delivery Indefinite Quantity THIS IS A SOURCES SOUGHT ANNOUNCEMENT to conduct market research for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Architect/Engineer Contract for the Department of Veterans Affairs, Office of Construction & Facilities Management, Central Regional Office. This Indefinite Delivery Contract for Architect or Architect/Engineer firms will provide services within the Central Region of the United States (See the attached CFM Region Map). States include MI, OH, IN, WI, IL, MN, IA, MO, ND, SD, NE, KS, MT, WY, CO, UT, OK, AR, MS, LA, and TX. Firms must have an established working office within the region. The firms must be an Architect or Architect/Engineer Firm with an approved NAICS Code of 541310. Awards will be made to both large and small businesses. This sources sought is to find eligible small business firms that may be interested in participating in the solicitation process. The determination of acquisition strategy for this acquisition lies solely with the government. This market research is for a multiple award firm fixed-price IDIQ contract with a maximum amount of $25,000,000 each award with a base one year period and four (4), one year options. The firms must be capable of responding to and working on multiple task orders concurrently. Project sites will be located within the region. Services will be procured in accordance with PL 92-582 (Brooks Act) and FAR Part 36. The firm, or team, should at least have the following licensed/registered specialty disciplines and be members of the firm, or team, with demonstrable expertise in their respective fields. Firms must have, either in-house or through consultants, (1) Architect; (2) Structural; (3) Civil; (4) Mechanical; (5) Electrical; (6) Environmental; (7) Value Engineering; (8) Cost Engineer; (9) Scheduler; (10) Risk Analyst; (11) Fire Protection; and (12) Historical Preservation. Members of the firm or team must be licensed or registered professional engineer. Additionally your firm or team must demonstrate architectural services with recent experience in the design and review of contemporary state-of-the-art medical facilities with additional experience with vertical expansion/integration along with phasing of on-going facilities operations, research facilities, long term care mental health and dementia, or similar complex healthcare projects, and National Cemetery Expansion. Task orders can also include design work for Veterans Benefits Administration. In addition, the firm or team must have recent experience with Building Information Modeling (BIM) in developing, reviewing, and interpreting projects from its initial conception through completion of documentation. Only architects or architect/engineer firms, or teams, demonstrating the above capabilities and a planned approach to perform contract services should respond. Sample Task Orders: Design programs; Schematic Design ; Pre-construction documents studies; Design Development; Construction Documents; Cost Estimates; Value Engineering; Construction Period Services; Construction Documents Peer Review; Specialty Consultant; Constructability Review; QA/QC; Construction Submittal Review; RFP for Design-Build; Facility Condition Assessments; Electrical Studies; and Design Services for Minor and Non-Recurring Maintenance Projects, Commercial office building design, commercial interior space planning, furniture design and layouts, and Creating Environmental Graphic Design of images. All interested businesses are encouraged to respond to this announcement no later than December 24, 2015, 4:00 PM EDT, by submitting all requested documentation listed below via E-mail to lara.lutz@va.gov and karen.kuehn@va.gov with the Subject Line insert AE-IDIQ (Company s Name). Interested parties should register as an interested vendor and submit a capabilities package demonstrating the ability to perform work listed above. Packages should include the following information: (1) Business name, address and small business type, (2) a positive statement of your intention to submit an offer for this requirement as a prime contractor and/or teaming partners. Any Pre-solicitation published as a result of this market survey will be synopsized and posted at http://www.fbo.gov under a separate pre-solicitation announcement. Please note that this is not a Request for Proposal and the Government is seeking information for market research purposes only. The Government may or may not issue advertisements for the above A/E services. Sources Sought Survey Page for Request for Information Number: VA101-16-N-0040 Email to: lara.lutz@va.gov and karen.kuehn@va.gov Firm Name: ____________________________________ Phone Number: Address: Contact Name: Business Type (mark all that apply) Small Business Service Disabled Veteran Owned Small Business Veteran Owned Small Business 8(a) HUBZone Women Owned Large Central Region office location: Address: ______________________________________ ______________________________________ ______________________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10117N0291/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-17-N-0291 VA101-17-N-0291_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3163896&FileName=VA101-17-N-0291-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3163896&FileName=VA101-17-N-0291-000.docx

 
File Name: VA101-17-N-0291 VAFM I P Handbook 5.28.14.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3163897&FileName=VA101-17-N-0291-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3163897&FileName=VA101-17-N-0291-001.pdf

 
File Name: VA101-17-N-0291 VA VISN Map.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3163898&FileName=VA101-17-N-0291-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3163898&FileName=VA101-17-N-0291-002.pdf

 
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: CFM VISN 19 Area of Responsibility;See Attached CFM Region Map and Notice
Zip Code: 80045
 
Record
SN04352689-W 20161217/161215234338-e723d13355a8aa0d6e92d979fd7d042e (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.