Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
DOCUMENT

C -- A/E and Related Professional Services All VISN 20 Facilities - Attachment

Notice Date
8/8/2017
 
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
9/25/2017
 
Archive Date
11/24/2017
 
Point of Contact
Charlene Duncan | charlene.duncan@va.gov
 
E-Mail Address
VA260-17-R-0021 Sources Sought - A/E Services
(charlene.duncan@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Department of Veterans Affairs (DVA), Network Contracting Office (NCO) 20 has an ongoing requirement for multidisciplinary Architect/Engineer (A/E) and related professional services. To meet this requirement, the NCO 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 in the Veteran Integrated Services Network (VISN) 20. VISN 20 encompasses Alaska, Idaho, Oregon and Washington. This is not a solicitation or a request for responses. NCO 20 plans to issue a solicitation for A/E services, which will provide instructions for submission of responses from interested parties. In accordance with 38 USC § 8127 8128, this procurement is 100% set aside for service disabled veteran owned small business (SDVOSB) concerns as verified by the Center for Verification and Evaluation (CVE) and listed in the Vendor Information Pages located at www.vetbiz.gov. For an Offeror to be considered for an award, the Offeror must be verified and registered in the Vendor Information Pages as an SDVOSB concern at the due date and time for responses as stated in the solicitation. Concerns other than verified SDVOSB concerns will not be eligible for award. The procurement will be conducted in accordance with the requirements of 40 U.S.C. § 1101 1104, FAR Part 36 and VAAR Part 836. The NAICS code for this procurement is 541330 Engineering Services and the small business size standard is $15,000,000.00. IDIQ contracts resulting from this solicitation will be for one base period of one calendar year and two option periods of two calendar years each. Option periods will be exercised at the VA s discretion. The guaranteed minimum for the resulting IDIQ contracts will be $2,500.00. The maximum aggregate value of all orders that can be placed under any one of the resulting IDIQ contracts is $20,000,000.00. The Government does not guarantee that it will place any order under the resulting IDIQ contracts in excess of the guaranteed minimum amount. The task order minimum will be $2,500.00 and the maximum award task order will be $2,500,000.00 unless otherwise negotiated by the parties in accordance with FAR 52.216-19 Order Limitations. The complete scope of work will be provided in the upcoming solicitation. The scope of work is generally for A/E and related professional services to include any combination of programming, planning, studies, consultations, independent design reviews, verification of requirements, schematic and design development, conceptual designs, independent design reviews, sustainable design (LEED and/or Green Globes), preparation of construction drawings and specifications, construction phase services, construction estimates, inspection and testing services, preparation of operation and maintenance manuals, schedule and delay analysis, surveying and mapping, soil engineering, value engineering, commissioning, construction management services, activation services, and any other services which may logically or justifiably be performed by an A/E firm. Additionally, the A/E shall have the ability to provide Building Information Management Systems (BIM) management, documentation and modeling in compliance with VA BIM Guide and with Industry Foundation Classes (IFC). Task orders issued will be to support specific projects of facility construction, maintenance and repair, and management projects, including various studies and planning activities. Services may involve single or multi-disciplinary teams which may include, but may not be limited to, architectural, interior design, civil, electrical, environmental, industrial hygiene, landscape, mechanical (plumbing, HVAC, etc.), structural, sustainability (LEED or Green Globes), activation, and other related services as may logically or justifiably be performed by an A/E firm. Specialty engineering consultants may be required. Requirements will vary for each task order and will be defined in the task order scope of work. The DVA will consider all responses from responsive and responsible SDVOSB concerns that comply with the requirements of the solicitation and are received by the due date and time stated in the solicitation.
 
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 PreSolicitation Notice.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3720131&FileName=VA260-17-R-0021-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3720131&FileName=VA260-17-R-0021-003.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04616994-W 20170810/170808231646-37f3546bf9db99bd837ee994d60e79b8 (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.