SOURCES SOUGHT
C -- Sources Sought - National A-E IDIQ - National CMOP
- Notice Date
- 4/5/2019
- Notice Type
- Synopsis
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;NCO 15 Contracting Ofc - CMOP;3450 S. 4th St. Trafficway;Leavenworth KS 66048-5012
- ZIP Code
- 66048-5012
- Solicitation Number
- 36C77019Q0404
- Archive Date
- 6/4/2019
- Point of Contact
- Ralph Crum
- Small Business Set-Aside
- N/A
- Description
- This is not a Pre-solicitation or Solicitation announcement. This is a sources sought notice only. The purpose of this sources sought notice is to gain market knowledge of potential businesses to include large business sources, small business sources and their size classifications; HUBZone, 8(a), Small Disadvantage Business, Woman Owned Business, Veteran Owned Business, Service Disabled Veteran Owned Business relative to NAICS Code 541310 Architectural Services, with a small business size standard not to exceed $7.5 million in gross annual receipts. Responses to this sources sought synopsis will be used by the Government to make appropriate determinations about potential sources only. No solicitation is currently available at this time. After review of the responses to this sources sought announcement, a synopsis and/or solicitation announcement may be published at a later time. Description of Services: VA is seeking Firms to perform professional A-E services for the VA Consolidated Mail Order Pharmacy (CMOP) locations, listed below. The VA contemplates that a minimum of three (3) contracts will be awarded. The seven primary locations are as follows, three of which include multiple sites: 1. Leavenworth, Kansas a. Station 760 Leavenworth CMOP (Lease) 70,000 SF 5000 S. 13th Str. / Leavenworth, KS 66048 b. Station 770 - National CMOP Office Administrative (Lease) 10,000 SF 5049 S. 13th Str. / Leavenworth, KS 66048 2. Chelmsford, Massachusetts Station 761 Northeast CMOP (Lease) 82,191 SF 10 Industrial Ave. / Chelmsford, MA 01824 3. Tucson, Arizona a. Station 762 Southwest CMOP (Lease) 80,000 SF 3675 E. Britannia Dr. / Tucson, AZ 85706 b. Station 770 National CMOP IT Office Administrative (Lease) 6,667 SF 3480 E. Britannia Dr. / Tucson, AZ 85706 4. Lancaster, Texas Station 763 Lancaster CMOP (Lease) 83,707 SF 2962 S. Longhorn Dr. / Lancaster, TX 75134 5. Murfreesboro, Tennessee Station 764 Mid-South CMOP (Lease) 83,939 SF 5171 Sam Jared Dr. / Murfreesboro, TN 37130 6. Hines, Illinois Station 765 Great Lakes CMOP (Federal) 141,849 SF Bldg. 37 West 5th Str. / Hines, IL 60141 7. Charleston, South Carolina a. Station 766 Charleston CMOP (Lease) 78,519 SF 3725 Rivers Ave. / Charleston, SC 29405 b. Station 700 Dublin Meds by Mail - Administrative (Lease) 10,826 SF 2301 Veterans Blvd / Dublin, GA 31021 The CMOPs are industrial type facilities with 80-90% of the space consisting of the automated prescription fulfillment system and warehouse, and the remaining 10-20% administrative. CMOPs receive bulk shipments of pharmaceuticals then package them for individual patients and prepare them for shipping. The Primary Firm and/or Sub shall have an office located within 100 miles of the locations. Mileage will be measured using Google Maps. Cost for travel will be included in each individual task order as a separate line item, and in accordance with federal government travel regulations. GENERAL INFORMATION Professional A-E services will be accomplished by task orders issued against the IDIQ contract. The A-E services required will be multi-disciplined and may include but are not limited to Architectural, Electrical, Mechanical, Structural, Civil, Plumbing, Environmental, Fire Protection, Interior Design, Sustainability/Energy, Physical Security, IT/Data, and Cost Estimating. The Firm shall be a licensed/registered professional firm. The Firm and/or Sub shall have licensure for the specific state where the CMOP facility is located. Task orders can consist of, but are not limited to: performing and conducting charrettes, technical studies, analyses, surveys, investigations and reports, environmental sampling, due diligence services, planning site developments, equipment installations, designing and developing engineering construction drawings, specifications, cost estimates and design analysis, preparing technical portions of Request for Proposal (RFP) packages, supervising and inspecting maintenance, repair and construction projects, submittals, and performing the necessary supervision and coordination of all phases of A-E work. All work shall be in accordance with local, state, and/or federal regulations, principally using VA Office of Construction & Facilities Management (CFM) Technical Information Library (TIL) criteria. Cost proposals shall be submitted utilizing VA Form 10-6298, entitled Architect-Engineer Fee Proposal. Individual task orders will be initiated from any of the aforementioned CMOP locations. The selected Firm will be required to participate in a site visit, or conference call, meetings when requested, within 10 (ten) calendar days after receiving the request for proposal for a task. Disciplines and capabilities may be represented within the same firm or with consultants that regularly work with the primary. The IDIQ contract(s) will consist of one basic year with a VA option to extend the term of the contract one year at a time, not to exceed five years total. Computer Aided Design (CAD) capability with AutoCAD 2014 to current, and capability to digitize existing drawings for CAD use are required. Vendor shall utilize the latest version of software during the Contract Period of Performance. Cost estimating will be based upon the latest version of RS Means in conjunction with VA CFM Cost Estimating and Space Planning Criteria. Project scheduling will be based upon the latest version of Microsoft Projects, or Excel depending on complexity. Responses to this notice shall include company name, address, point of contact, contact information to include phone and e-mail address, size of business pursuant to North American Industrial Classification Code (NAICS) and must respond to the following questions: Q1) Describe your firm s capability in meeting the needs described above. A1) Q2) If you are a small business, will at least 50% of the cost of contract performance incurred for personnel be expended for employees of the concern? A2) Q3) Is your business a small business? A3) Q4) What is your NAICS Code? A4) Q5) Does your firm qualify as a small disadvantaged business? A5) Q6) If disadvantaged specify if your firm is certified under Section 8(a) of the Small Business Act? A6) Q7) Are you a certified HUBZone firm? A7) Q8) Are you a woman-owned or operated business? A8) Q9) Are you a certified Service-Disabled Veteran Owned or Veteran Owned business? A9) Q10) Is your business a large business? A10) This is not request for proposal and in no way obligates the Government to award any contract. Please provide responses in writing no later than May 6, 2019 by 4:00 p.m. CST to: Ralph.Crum@va.gov. Responses to this sources sought announcement will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. No solicitation is currently available at this time. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/898302b6a5ebd05ef82b6f4cf49dc197)
- Record
- SN05272915-F 20190407/190405230027 (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 |