Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2017 FBO #5650
DOCUMENT

C -- A/E and Related Professional Services All VISN 20 Facilities VISN 20 encompasses Alaska, Idaho, Oregon, and Washington - Attachment

Notice Date
5/11/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;77 Wainwright Drive;Walla Walla WA 99362-3994
 
ZIP Code
99362-3994
 
Solicitation Number
VA26017R0021
 
Response Due
5/26/2017
 
Archive Date
6/25/2017
 
Point of Contact
Charlene Duncan | charlene.duncan@va.gov
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
This is a sources sought notice to conduct market research to identify interested veteran-owned and service-disabled veteran-owned small business (VOSB / SDVOSB) concerns that are able to perform the work described in this announcement. Responses from other than VOSB or SDVOSB concerns will not be considered. No contract will be awarded from this announcement. This is not a solicitation nor is it to be construed as a commitment by the Department of Veterans Affairs (DVA) to issue a solicitation or to award a contract. The DVA Veteran Integrated Services Network (VISN) 20 has an ongoing requirement for multidisciplinary Architect/Engineer (A/E) and related professional services. To meet this requirement, the Network Contracting Office (NCO) 20 intends to establish a contingent of indefinite delivery indefinite quantity (IDIQ) contracts, which may be used to satisfy this requirement for all DVA facilities located in the VISN 20. VISN 20 encompasses Alaska, Idaho, Oregon and Washington. This sources sought notice will consider firms registered in the System for Award Management www.sam.gov) under the North American Industrial Classification System (NAICS) codes of 541310 Architectural Services and 541330 Engineering Services. The small business size standard for 541310 Architectural Services is $7,500,000.00 and the size standard for 541330 Engineering Services is $15,000,000.00. Any procurement for A/E services resulting from this sources sought notice will be conducted in accordance with the requirements of 40 U.S.C. § 1101 1104, FAR Part 36 and VAAR Part 836. It is anticipated that IDIQ contracts resulting from this sources sought notice will have a period of performance consisting of a base period and options periods; however, the total period of performance will not exceed five calendar years. Scope of Work. In general, the anticipated IDIQ contracts will provide for multidisciplinary A/E and related professional services as defined at 40 U.S.C. § 1102 for work in operational medical facilities. Services may include, but are not limited to, studies; schematics/design/program development; business case development with preliminary cost estimates; construction drawings and specifications; sustainable design compliant with either Green Globes or LEED initiatives; contract award assistance; construction period services; Building Information Management Systems (BIM) management, documentation and modeling in compliance with VA BIM Guide and with Industry Foundation Classes (IFC); independent cost estimates for construction as well as for various A/E services; inspection and testing services; schedule and delay analysis including ability to develop critical path schedules showing impacts of events on the projects; commissioning; construction management; independent design reviews; facility condition assessments; Joint Commission compliance assistance; activation assistance; general engineering support; and survey and mapping services; or any combination thereof. Familiarity with the DVA s Office of Construction and Facilities Management Technical Information Library and the various design requirements and facility descriptions is desirable. Response Submission Instructions. Interested concerns are invited to submit a response via email attachment to Charlene Duncan at charlene.duncan@va.gov and to John Roskowski at peter.roskowski@va.gov. The email subject line shall be: VA260-17-R-0021 Sources Sought abbreviatedcompanyname (i.e. VA260-17-R-0021 Sources Sought XYZEng). Response Format Instructions. Responses shall consist of one (1) file in PDF format. No file may exceed 5mg in size. Responses shall not exceed five (5) pages. Pages are 8-1/2 x 11 inches and constitute one side of a sheet of paper. Font size shall be 11 points or larger. File names shall be VA260-17-R-0021 Sources Sought abbreviatedcompanyname (i.e. VA260-17-R-0021 Sources Sought XYZEng). Response Due Date. Responses shall be submitted at any time prior to May 26, 2017. Response Content. Responses shall contain the following information and are limited to five (5) pages total: Company profile to include: Contact information shall include the name, email address and telephone number of the point of contact; and DUNS number. Evidence of verification of VOSB or SDVOSB status by the Center for Veteran Enterprise and active registration in the Vendor Information Pages (VIP) at www.vip.vetbiz.gov. Evidence of active registration in the System for Award Management (SAM) at www.sam.gov. A statement of interest in this potential procurement and serious intent to respond in the event a solicitation is issued. A complete and concise description of in house expertise and number of employees. A complete and concise description of firm capabilities and experience.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WWVAMC687/WWVAMC687/VA26017R0021/listing.html)
 
Document(s)
Attachment
 
File Name: VA260-17-R-0021 541330 Sources Sought Notice.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3492117&FileName=VA260-17-R-0021-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3492117&FileName=VA260-17-R-0021-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04504750-W 20170513/170511235237-af6530d17891dfdc63a817de0053d796 (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.