Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 07, 2017 FBO #5524
DOCUMENT

C -- VISN 21 Integrated Planning - Attachment

Notice Date
1/5/2017
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (003C4E);1175 Nimitz Avenue, Suite 200;Mare Island, CA. 94592
 
ZIP Code
94592
 
Solicitation Number
VA10117N0306
 
Response Due
1/13/2017
 
Archive Date
4/22/2017
 
Point of Contact
Ashok K. Singh
 
E-Mail Address
2
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 4 of 4 "MARKET RESEARCH" VA101-17-N-0306 Source Sought Notice FOR VA Integrated Planning (VAIP) VISN 21 THIS SOURCES SOUGHT IS FOR VISN 21 INTEGRATED PLANNING, A SIMILAR NOTICE IS BEEN SOUGHT FOR VISN 19 AND VISN 20, PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. The findings of the preliminary market research will be used in considering a 100% set aside for Service Disable Veteran Owned Small Business (SDVOSB) concerns first and Veteran Owned Small Business (VOSB) concerns second, pursuant to the set-aside authority contained in Public Law 109-461. This Sources Sought Notice (SSN) announcement is restricted to SDVOSB and VOSB concerns only under Public Law 109-461; the firm must be capable of self-performing at least 50% of the work. This notice is NOT a Request for Proposal (RFP). No solicitation exists at this time. The Construction and Facilities Management (CFM) Western Regional Office will seek a Firm Fixed Price type contract for Architect Engineering Services, an estimated value range of $3M to $6M award covering 15 month period of performance. The applicable North American Industrial Classification System (NAICS) code for this requirement is 541310 with a small business size standard of $7.5 million. PURPOSE OF NOTICE: The Sources Sought is being used as a Market Research tool to determine potential sources prior to determining the method of acquisition and issuance of a possible RFP. The Government is not obligated and will not pay for any information received from potential sources as a result of this notice. We are only requesting capability statements from potential contractors at this time. Project sites for VISN 21 consisting of the following: 8 Markets North Coast South Coast North Valley South Valley Sierra Nevada (Southern) Nevada Pacific Islands 8 Health Care Systems (VHA) Central California Health Care System, Fresno, CA Northern California Health Care System, Sacramento, CA Pacific Islands Health Care System, Honolulu, HI Palo Alto Health Care System, Palo Alto, CA San Francisco Health Care System, San Francisco, CA Sierra Nevada Health Care System, Reno, NV Southern Nevada Health Care System, Las Vegas, NV 4 Regional Offices (VBA) Regional Benefit Office, Oakland, CA Regional Benefit Office, Honolulu, HI Regional Benefit Office, Reno, NV Regional Benefit Office, Pasay City, Philippines 5 National Cemeteries (NCA) Sacramento Valley National Cemetery, Dixon, CA Golden Gate National Cemetery, San Bruno, CA San Francisco National Cemetery, San Francisco, CA San Joaquin Valley National Cemetery, Santa Nella, CA National Cemetery of the Pacific, Honolulu, HI The firm, or team, should have, at least, the following licensed/registered specialty disciplines as members of the firm, or team, with demonstrated 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. 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. Capability statement shall exhibit 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 single sided pages. RESPONSE DEADLINE: Interested sources shall submit a capability package by COB January 13, 2017 containing: 1) company name, address, DUNS number and NAIC code, 2) company point of contact, 3) email address, 4) phone number, 5) related past performance, 6) general corporate information, and 7) VetBiz Small Business certification and eligibility via email to: ashok.singh@va.gov subject: VISN 21 VAIP (Company Name). CONTRACTING OFFICE ADDRESS: Ashok K. Singh; Ph. No: 707 562 8287 1175 Nimitz Avenue, Suite 210 Vallejo, CA 94592 Any Solicitation published as a result of this market survey will be synopsized and posted at http://www.fbo.gov under a separate 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. Firm Name: ___________________________________________________________ DUNS Number: ________________________________________________________ NAICS Code(s): ________________________________________________________ Phone Number: ________________________________________________________ Business Type and Number of Employees: __________________________________ Address: _____________________________________________________________ ______________________________________________________________ ______________________________________________________________ Contact Name: ________________________________________________________ See attached document: VAFM I P Handbook 5.28.14.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10117N0306/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-17-N-0306 VA101-17-N-0306.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3196483&FileName=VA101-17-N-0306-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3196483&FileName=VA101-17-N-0306-000.docx

 
File Name: VA101-17-N-0306 VAFM I P Handbook 5.28.14.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3196484&FileName=VA101-17-N-0306-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3196484&FileName=VA101-17-N-0306-001.docx

 
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: Department of Veterans Affairs, VISN-21 Facilities;See Attached for VISN 21 Facility Locations
Zip Code: 94592
 
Record
SN04363967-W 20170107/170105234055-95066b678522c4a29301f2c78a5f4351 (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.