DOCUMENT
C -- CSI project # 570-CSI-001 Expand Mental Health Center, Bldg 27 VA261-16-AP-9341 - Attachment
- Notice Date
- 11/21/2016
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Central California Health Care System;855 M Street, Suite 1020;Fresno CA 93721
- ZIP Code
- 93721
- Solicitation Number
- VA26116R1265
- Response Due
- 12/2/2016
- Archive Date
- 3/11/2017
- Point of Contact
- J.PROCTOR
- Small Business Set-Aside
- N/A
- Description
- A/E SOURCES SOUGHT UNDER BROOKS ACT AND VETS FIRST VA261-16-R-1265 This is a pre-solicitation notice under FAR 5.203(a), FAR 5.204, and FAR 36.601-1 of the Department of Veterans Affairs, National Contracting Organization 21 (NCO 21) intent to contract for architect-engineer services for VA Central California Health Care System, CA (VACCHCS) Project No. 570-CSI-001, Project Title Expand Mental Health Center, Building 27, located at 2615 E. Clinton Ave., Fresno, CA 93703-2223. The applicable North American Industry Classification System (NAICS) Code is 541310, Architectural services, and the small business size standard is $4.5 million. This design effort includes, but is not limited to, providing Schematic Design (SDs), Design Development (DDs), Construction Documents (CDs), and Construction Period Services (CPS) necessary to construct the second phase of a three phases for the Fresno VA Mental Health Center. Phase one is a two story building with a total of 14,500 square feet. The phase two structure is projected to be approximately 5300 square feet when built. The phase three structure is projected to be approximately 8000 square feet when completed. The AE shall design massing diagrams in the programming and schematic stages of this project which depict the Mental Health Center after phases two and three are completed. The AE shall provide a minimum of two massing diagrams indicating two possible design options. The AE shall depict each diagram with two exterior 3-dimensional color architectural renderings showing the front view and back view of each. The preliminary phase of this AE contract consists of a site survey and discussion with Fresno VA Mental Health leadership and Planning Services to determine the functions and requirements for the phase two structure. It is anticipated the AE will meet with the VA Fresno personnel approximately three times. The remainder of this project is design of the phase two structure. Although design is to be developed as one project, the contract documents shall include one bid deduct alternative of 15% and one bid addition of 5%. The contract work requires multiple disciplines. The Prime firm shall be a licensed/registered professional firm. The disciplines required include, but are not limited to: Architectural, Civil, Interior Design, Structural, HVAC, Plumbing, Electrical, Fire Life Safety, Sustainability, Security, IT/Data, Construction Cost Estimating, Signage/Way-Finding, Landscaping and Geotechnical. Interested parties are advised that in keeping with the Veterans First Contracting program under 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70 and VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, if the Contracting Officer has a reasonable expectation that two or more small business concerns owned and controlled by Service-disabled veteran-owned small business (SDVOSB) concerns will submit responses to the solicitation and that award can be made at a fair and reasonable price that offers the best value to the United States, the requirement will be set-aside for SDVOSB concerns. If an SDVOSB set-aside is not appropriate, the requirement will be evaluated to determine whether a Veteran Owned Small Business (VOSB) set-aside is appropriate. The term SDVOSB / VOSB under the Veterans First Contracting program has the same meaning as defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program SDVOSB and VOSB concerns must be listed as verified in the Vendor Information Pages (VIP) database at https://www.vip.vetbiz.gov in addition to meeting the NAICS code small business size standard to be eligible for award under Veterans First Contracting Program set-asides. Interested parties are encouraged to provide the following capability information to the Contract Specialist, James Proctor, via email james.proctor3@va.gov by close of business on 2 December 2016. Business Size (Large/Small) Business Socio-Economic Status (SDVOSB, VOSB, WOSB, 8(a), HUBZone, etc.) Copy of current SAM record DUNS number Copy of VIP showing verified status - SDVOSB/VOSB concerns only The Government will use this information when determining its business set-aside decision, taking into consideration the requirements outlined in VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program. It is anticipated that the call for Standard Form (SF) 330s will be issued on or about 16 December 2016. It is the intent of the Government to make a single firm-fixed price A/E contract award for this requirement under the Brooks Act. Questions regarding this sources sought notice should be directed, in writing, to the Contract Specialist James Proctor via E-mail at james.proctor3@va.gov. This synopsis is not to be construed as a commitment by the Government and no contract will be awarded as a direct result of this Sources Sought announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FrVAMC570/FrVAMC570/VA26116R1265/listing.html)
- Document(s)
- Attachment
- File Name: VA261-16-R-1265 VA261-16-R-1265.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3121844&FileName=VA261-16-R-1265-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3121844&FileName=VA261-16-R-1265-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-16-R-1265 VA261-16-R-1265.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3121844&FileName=VA261-16-R-1265-000.docx)
- Place of Performance
- Address: VA CENTRAL CALIFORNIA HEALTHCARE SYSTEM;2515 E. CLINTON AVENUE;FRESNO, CALIFORNIA
- Zip Code: 93703
- Zip Code: 93703
- Record
- SN04332873-W 20161123/161121233853-be3dfffa59eba45e067d8697c9f4c91a (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 |