Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
DOCUMENT

C -- Unrestricted A/E IDIQ CFM Western Region - Attachment

Notice Date
2/26/2016
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
1175 Nimitz Avenue;Vallejo, CA 94592
 
ZIP Code
94592
 
Solicitation Number
VA10116R0087
 
Response Due
3/9/2016
 
Archive Date
6/16/2016
 
Point of Contact
Kathy Volpe
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Announcement only. The Office of Construction and Facility Management (CFM), Western Region has a need to establish new Indefinite Delivery, Indefinite Quantity (IDIQ) Contracts for Architectural/Engineering services and expert consultants to support offices within the Department of Veterans Affairs. Territories within the Western Region include VA installation and activities located in the following Veterans Integrated Service Networks (VISNs) 18, 19, 20, 21, and 22 in the states of WA, OR, CA, ID, NV, AZ, MT, UT, WY, CO, NM, AK, HI, and part of TX as well as the Philippines, American Samoa, and Guam. At this point in the procurement process the Department of Veterans Affairs is performing market research to determine if this procurement will be unrestricted, under NAICS code 541310 and the corresponding size standard is $7.5 Million. The IDIQ contracts will be for the following licensed disciplines: architect, structural engineering, civil engineering, mechanical engineering, electrical engineering, environmental assessments, value engineering, cost estimating, scheduling, risk analysis, fire protection, and historical preservation. The A/E must be capable of responding to and working on multiple task orders concurrently. Task orders include: 1.Design programs 2.Schematic design 3.Pre-construction document technical studies 4.Design reviews through design development stage 5.Cost estimates through design development stage 6.Value engineering studies and presentations 7.Construction document review 8.Specialty consultants not available through design A/E 9.Cost estimates (CD's and construction changes) 10.Constructability reviews 11.Construction quality assurance/quality control 12.Construction submittal review not anticipated through the design A/E 13.Request for proposals for design-build projects 14.All design services for minor and non-recurring maintenance projects 15.Update, modify or create new VA standards 16.Design development (DD) 17.Construction documents (CD) 18.Consulting services 19.Facility condition assessments 20.Commercial office building design leasing 21.Health care planning 22.Space planning The A/E firm and team must demonstrate their expertise in their respective fields and have recent experience completing projects as a team, in the design of contemporary and state-of-the art medical facilities. In addition, the firm or team must have experience with Building Information Modeling (BIM) in developing projects from its initial conception through completion of documentation. Members of the firm or team must be licensed or registered in the state where the project or task order is being issued, but will be at the discretion of the contracting officer, depending on the complexity of the task order. Interested firms having the requisite capabilities to perform the stated requirements are invited to provide information to contribute to the market survey/sources sought notice. Responses should include the following information: 1. Company Name, Address, Point of Contact, Phone number and email address; 2. Business size determination, qualifying Small Business status and DUNS Number; 3. Demonstration of the firm's experience within past five years, listing the projects completed as a team. Provide a brief description of the work performed, to include project title, dollar amount and which functional areas were self-performed, along with a customer contact name and phone number; 4. Provide information on firm's assets, key personnel and financial resources that demonstrate the firm's responsibility and capability to perform work. Limit responses to three (3), 8.5 x 11" pages at Times New Roman 11 point font. The Contracting Officer for the procurement is Katherine Volpe katherine.volpe@va.gov. E-mail responses to andrea.fair@va.gov no later than 3:30 PM Pacific Time, March 9, 2016. Include "A/E IDIQ Western Region - Company Name" on the subject line. Interested firms shall have a working office located within Western Region. NOTE: This is NOT a request for SF 330's.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10116R0087/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-16-R-0087 VA101-16-R-0087.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2582467&FileName=VA101-16-R-0087-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2582467&FileName=VA101-16-R-0087-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04032771-W 20160228/160226234618-5fcdafc084477074212de2d3b094a732 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.