Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2019 FBO #6448
SOURCES SOUGHT

C -- MULTIPLE SINGLE AWARD INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) ARCHITECTURAL AND ENGINEERING (A/E) SERVICE SYNOPSIS (NCO 10 - STATE OF OHIO)

Notice Date
3/11/2019
 
Notice Type
Synopsis
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Columbus;Chalmers P. Wylie Ambulatory Care Center;420 North James Road;Columbus OH 43219-1834
 
ZIP Code
43219-1834
 
Solicitation Number
36C25019R0080
 
Response Due
3/16/2019
 
Point of Contact
Brian.Kish @Va. Gov
 
Small Business Set-Aside
N/A
 
Description
MULTIPLE SINGLE AWARD INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) ARCHITECTURAL AND ENGINEERING (A/E) SERVICE SYNOPSIS This is a SOURCES SOUGHT SYNOPSIS, seeking response from Small Business concerns only. This announcement seeks information from the industry, which will be sed for preliminary planning purposes. No proposals are being requested or accepted with his synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of this synopsis. Veterans Integrated Service Network 10 (VISN 10), which includes all Veterans Affairs (VA) facilities in Indiana, Michigan and Ohio, is seeking Architect-Engineering (A-E) Firms capable of providing multi-discipline design services on an as-needed basis under Multiple Single Award fixed price, indefinite-delivery, indefinite quantity (IDIQ) contracts, in accordance with PL-582 (Brooks A-E Act) and as implemented in FAR Part 36.6 and VAAR Part 836.6 for the VA facilities in Ohio, which includes the Chillicothe VAMC, Cincinnati VAMC, Cleveland VAMC, Columbus VAACC and Dayton VAMC. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. We are soliciting the most highly qualified businesses, encompassing Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB) and Small Business (SB) socio-economic groups to determine the appropriate set-aside necessary to fulfill the governments design requirements for the VA facilities in Ohio. To assist the government in making an accurate determination, we must know your firm s interest. The required design services will be for an undetermined number of projects of varying size and complexity. Services may include, but are not limited to, providing scope, development, planning, concept development, interior design, environmental studies, feasibility studies, program analysis, design review, value engineering reviews, consulting/construction management for work, building designs for facilities as well as rehabilitation and upgrade of existing facilities and systems, to include new buildings, building additions and/or building renovations or other real property alterations. Additional services that may be required include, but are not limited to, Master Planning/Medical Planning preparation of designs, plans, drawings, life-style cost analysis, construction cost estimates, project specifications, fact-finding studies, surveys, investigations, other professional A/E services not necessarily connected with a specific construction project, and supervision/inspections of projects under construction. In order to be eligible interested parties must be registered in the System for Award Management (SAM) data base at https://www.sam.gov. For firms claiming either SDVOSB or VOSB classification status, they must also be registered and certified through the Department of Veterans Affairs Office of Small & Disadvantaged Business Utilization data base, located at https://www.vip.vetbiz.gov. The planned duration for these contracts is a total of five years, if necessary a six (6) months option extension, consisting of a one-year base ordering period plus four unilateral options for ordering periods of one year each with a unilateral option extension of 6 months available based on government need. The anticipated capacity of the each IDIQ is anticipated to be a not to exceed capacity of $9.9M. Task Orders will be issued as needed. Contracts are anticipated to be awarded beginning in/or around fiscal year 2020. As detailed above, the anticipated contract will provide for a full range of planning, architectural, engineering, program management, and construction management support services. Design task orders could range from very small $3.0 K to $2M multi-building projects. The North American Industry Classification (NAICS) code for this acquisition is 541310 Architectural Services, which currently has a small business size standard of $7.5 million average annual revenue and/or NAICS 541330, Engineering Services with a current small business size of $15 million average annual revenue. Interested parties responding to this Sources Sought Notice shall submit as much of the following information as possible: Company name and address, point of contact with phone number, email address and DUNS number; Proof of registration in the SAM and VA Vet Biz websites or intention of registration prior to submission of offers to a solicitation; If your firm has a history or is contemplating joining with a partner for this requirement, we ask that you detail that arrangement as well to allow the government to make the most well informed decision possible. In this event, we advise that you thoroughly investigate whether or not a partnership would affect your business size standard. Also, if you anticipate or are considering using a Joint Venture Agreement, a copy of the agreement must be submitted along with the response to this Sources Sought Notice; The response date to this Sources Sought notice is March 16, 2019 at 3:00 pm Eastern Standard Time. This market research is for informational and planning purposes only to determine if there are adequate qualified SDVOSB or VOSB concerns to warrant a 100% set-aside. Hard copy submissions are not acceptable. The Government will not pay any costs for responses submitted. Electronic submissions are acceptable and may be directed to Brian.Kish@Va.Gov. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. A&E FIRMS ARE REQUESTED NOT TO CALL THE INDIVIDUAL VAMC(S) REQUESTING MORE INFORMATION. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAR-2019). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 18-JUL-2019, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/36C25019R0080/listing.html)
 
Record
SN05374028-F 20190720/190718230023 (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.