Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 19, 2017 FBO #5595
DOCUMENT

C -- Office of Construction and Facilities Management Central Region Electrical Study A/E IDIQ - Attachment

Notice Date
3/17/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (003C4D);3001 Green Bay Road Bldg #48;North Chicago, IL 60064
 
ZIP Code
60064
 
Solicitation Number
VA10117R0318
 
Response Due
3/28/2017
 
Archive Date
5/27/2017
 
Point of Contact
Tiffany Rivers
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Sources Sought Notice The Department of Veteran Affairs (VA) Office of Construction and Facilities Management (CFM) Central Region is seeking qualified Architect-Engineering (AE) firms to provide AE services for Electrical Studies. The planned procurement is an Indefinite-Delivery Indefinite-Quantity (IDIQ) Electrical Study contract which will be procured under the Brooks Act. The qualified firm shall possess an excellent working knowledge of NFPA 70E - Standard for Electrical Safety in the Workplace, IEEE 1584, NEC, and NESC, is a Registered Professional Engineer in one or more states. Have experience in performing studies for large-scale campus type facilities of 500,000 SF to 1,000,000 SF. North American Industrial Classification System (NAICs) code 541330 Engineering Services which has a size standard of $15,000,000.00. Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) must be certified and listed in the Vendor Information Pages. The small business firm must be capable of self-performing at least 15% of the work. The term self-perform refers to performing relevant major trade work in-house without subcontractors. This does not include administrative or management functions. Relevant major trade work is that which is the same or similar to the work that may be ordered under the proposed contract. The information received will be used by CFM to facilitate the decision making process and will not be disclosed outside of the agency. This Sources Sought Synopsis is one facet in the Governments overall market research in regard to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). The procurement strategy will not be determined based solely on the information received in response to this Sources Sought Synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of this market research. Interested parties are advised that in accordance 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. The proposed IDIQ contract will be for a base and four option periods. The estimated total contract price for the Electrical Study IDIQ is $15M. Task order range is estimated between $500K and $3M. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled: Sources Sought Information Form. Submission of forms is strongly encouraged.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10117R0318/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-17-R-0318 VA101-17-R-0318_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3345131&FileName=VA101-17-R-0318-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3345131&FileName=VA101-17-R-0318-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04439673-W 20170319/170317234845-dadad39d9285924d46cc6c3882098161 (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.