Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2016 FBO #5509
DOCUMENT

C -- VISN 19 Master Plan Sources Sought - Attachment

Notice Date
12/21/2016
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (003C4);13611 East Colfax Ave;Aurora CO 80045
 
ZIP Code
80045
 
Solicitation Number
VA10117N0291
 
Response Due
1/15/2017
 
Archive Date
4/15/2017
 
Point of Contact
George Williams
 
E-Mail Address
7-5150<br
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT VA101-17-N-0291 VA Integrated Planning (VAIP) VISN 19 THIS IS A SOURCES SOUGHT ANNOUNCEMENT to conduct market research. The Department of Veterans Affairs (VA), Office of Construction & Facilities Management (CFM) is seeking interested Architect or Architect/Engineer firms that are Small Business Administration (SBA) Certified under the following programs: 8(a), 8(a) Alaskan Native Company (ANC), HUB Zone, or Small Disadvantaged Business (SDB). Additionally the VA is looking for Architect or Architect/Engineer firms that are Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB) and/or Woman Owned Small Business (WOSB). The firms must be an Architect with an approved North American Industrial Classification System (NAICS) Code of 541310 with a small business size standard of $7.5 million. The small business firm must be capable of self-performing at least 50% of the work. 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 an anticipated award of a firm fixed-price contract with an estimated value with a range of $3M to $6M award covering an 18 month period of performance. Project sites will be located within the VA s Rocky Mountain Region (Refer to the attached map). Services will be procured in accordance with PL 92-582 (Brooks Act) and FAR Part 36. The firm, or team, should have, at least, the following licensed/registered specialty disciplines as members of the firm, or team, with demonstrable expertise in their respective fields: Architects; Civil, Mechanical, and Electrical Engineering. The firm or team should also include other specialist with demonstrable expertise in planning and related work, including but not limited to Healthcare Planners, Transportation Specialists, Futurists, Healthcare Practitioners, Landscape Architects, Regional Planners, Site Planners, Historic Preservationists, Energy and Environmental Design Specialists (i.e., LEED), Cost Estimators, and Space Programmers with experience in the planning and design of hospitals, large medical and research facilities, long term care mental health and dementia, or similar complex healthcare projects. Firms must have an established working office within 100 mile radius of the following locations: Denver CO Grand Junction CO Fort Harrison MT Salt Lake City UT Cheyenne WY Sheridan WY Only firms, or teams, with in-house professional services, recent experience (within the last three years at a minimum) in healthcare, market-based, service delivery planning, and design of contemporary, 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. Areas of expertise should include experience providing the following services: architectural design and planning; healthcare system planning and analysis; healthcare 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; healthcare through leadership and innovation (consulting); process management and improvement; data organization and management; meeting facilitation; and project and program communications. In addition to healthcare 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. Only architects or architect/engineer firms, or teams, demonstrating the above capabilities and a planned approach to perform contract services should respond. Information regarding tasks required for this effort is as provided by the attached VA Integrated Planning Handbook dated May 2014. Criteria Governing Services can be found on the CFM Technical Information Library (TIL) website at http://www.cfm.va.gov/TIL/. VA will provide all other relevant information not available on the TIL. Respond by January 15, 2017, 4:00 PM Mountain Time by submitting all requested documentation listed below via Email to deborah.stigen@va.gov and george.williams9@va.gov with the subject line insert VISN 19 VAIP (Company s Name). If your firm has the skills and capabilities necessary to perform the stated requirements, and can answer YES to all of the above statements, please forward an email (ONLY) with (1) the name and address of your firm, (2) small business type, (3) your firms DUNS number, and (4) a positive statement of your intention to submit an offer for this requirement as a prime contractor and/or teaming partners. Submit capability statement that exhibits clear and convincing evidence of the firm s capabilities and experience to perform the requirements.   Capability statement must acknowledge the potential cost and impact on the firm for the performance period of the contract and how they intend to staff for the duration of the contract. The capability statement is not to exceed 5 pages. 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. The Government is only seeking information for market research purposes in accordance with federal acquisition regulation (far) part 10. The Government may or may not issue an advertisement for these services. look for any further information in fedbizopps. telephone inquiries will not be returned. Sources Sought Response Page for Solicitation Number: VA101-17-RI-XXXX Email to deborah.stigen@va.gov and george.williams9@va.gov Firm Name: ____________________________________ DUNS Number: ___________________________________________________ Phone Number: Number of Employees: Address: Contact Name: Business Type (mark all that apply) 8(a) ANC Small Business Service Disabled Veteran Owned Small Business Veteran Owned Small Business 8(a) HUBZone Women Owned             Location Interested In (mark all that apply) (Note Office location requirements in the announcement) VAMC Denver, CO VAMC Grand Junction, CO VAMC Fort Harrison, MT VAMC Salt Lake City, UT VAMC Cheyenne, WY VAMC Sheridan, WY          
 
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_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3173422&FileName=VA101-17-N-0291-005.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3173422&FileName=VA101-17-N-0291-005.docx

 
File Name: VA101-17-N-0291 VA VISN Map.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3173423&FileName=VA101-17-N-0291-006.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3173423&FileName=VA101-17-N-0291-006.pdf

 
File Name: VA101-17-N-0291 VA Integrated Master Plan Handbook.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3173424&FileName=VA101-17-N-0291-007.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3173424&FileName=VA101-17-N-0291-007.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
Zip Code: 80045
 
Record
SN04358051-W 20161223/161221235252-89a593fded4ed642c1f0cf0e27f5b5c9 (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.