SOURCES SOUGHT
C -- SOURCES SOUGHT FOR OPEN-ENDED A/E IDIQ CONTRACTS.
- Notice Date
- 2/8/2010
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;VISN 15 Contracting Office;4101 S. 4th Street Trafficway;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- VA-255-10-RI-0227
- Response Due
- 2/23/2010
- Archive Date
- 5/24/2010
- Point of Contact
- BILLIE JO CHERICO
- E-Mail Address
-
BILLIE.CHERICO@VA.GOV
(BILLIE.CHERICO@VA.GOV)
- Small Business Set-Aside
- N/A
- Description
- 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. The Indefinite Delivery Contract for Architect or Architect/Engineer firms will provide services to VISN 15 Medical Centers at: Columbia, MO; Kansas City, MO; Wichita, KS; Topeka, KS; Leavenworth, KS; St. Louis, MO (two medical centers); Marion, IL; and Popular Bluff, MO.. The firms must be an Architect or Architect/Engineer Firm with an approved NAICS Codes of 541310, or 541330. The intent is to award an adequate number of IDIQ contracts for the needs of VISN 15 for a period of one (1) year with an option to award four (4) additional years. Task orders may range from $3,500 - $1,000,000 each, with a maximum award amount of $1,000,000.00/year. The determination of the acquisition strategy for this acquisition lies solely with the government. Firms must have an established working office within a 50 mile radius of the Medical Center(s) you choose to work with except for Marion, IL Columbia and Popular Bluff, MO. At these locations, you must have an established working office within a 150 mile radius of the Medical Center. The procurement will be a fixed-price IDIQ contract with a maximum amount of $1,000,000 per contract year. The firm must be capable of responding to and working on multiple task orders concurrently. Services will be procured in accordance with PL 92-582 (Brooks Act) and FAR Part 36. The A&E and Engineering firm shall include multidisciplinary design teams capable of providing a variety of professional services. Design services may require Architectural, Interior Design, Structural, HVAC, Plumbing, Civil, Electrical, Certified Industrial Hygienist, Registered Fire Protection Engineer, Landscape Architect, Estimator. Lean Consultants, Green/Lead requirements; and AutoCAD drawings. Work may include but is not limited to: project analysis and investigative reports; conceptual designs; contract documents (complete or abbreviated plans on specifications); energy audits; asbestos abatement; lead removal; mold remediation; site visits; exterior and interior layouts and designs; interior furnishings; and finish schedules; Line Safety (Statement of Conditions) Studies, project cost estimating (cost estimating in MEANS will be required for all projects) and scheduling on an-as-needed basis under firm fixed priced delivery orders Construction Period Services (CPS) may be required, and are not limited to review of equipment samples, shop drawings and other related construction submittals and documents, project site inspections/site visits and reports. The Architect and Engineering firms shall also possess a thorough working knowledge of construction, Life Safety, NFPA and ADA codes, requirements and standards. All interested businesses are encouraged to respond to this announcement no later than February 23rd, 2010, by submittal of all requested documentation listed below via E-mail to Billie.Cherico@va.gov. Interested parties should register as an "Interested Vendor" through FBO, and submit a capabilities package demonstrating the ability to perform tasks listed above. Packages should include the following information: (1) The cover sheet that is attached to this announcement; (2) a positive statement of your intention to submit an offer for this requirement as a prime contractor to lead a multi-disciplinary team; (3) demonstration of the firm's experience within the past five (5) years, by listing the actual projects completed. Provide the following: a brief description of the work performed to include project title, dollar amount and which functional areas were self-performed; customer contract name and phone number of customer knowledgeable of the work completed. PLEASE NOTE: This is not a Request for Proposal and the government is seeking information for market research purposes only. Any Pre-Solicitation published as a result of this market survey will be synopsized and posted at www.fbo.gov under a separate pre-solicitation announcement. Please email requests or questions to Billie.Cherico@va.gov and ensure that the subject line reads "VA-255-10-RFI-0227.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA-255-10-RI-0227/listing.html)
- Place of Performance
- Address: VISN 15 MEDICAL CENTERS;9 FACILITITES - 8 LOCATIONS;3 STATES: KANSA, ILLINOIS, AND MISSOURI;KANSAS CITY;KANSAS
- Zip Code: 66048
- Zip Code: 66048
- Record
- SN02060405-W 20100210/100208234444-ace93a3f124b16e67351036b0229c1d0 (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 |