SOLICITATION NOTICE
C -- VAPAHCS Integrated Wayfinding Planning and Implementation Project (640-20-300)
- Notice Date
- 6/25/2020 4:32:55 AM
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26120R0032
- Response Due
- 7/24/2020 4:00:00 PM
- Archive Date
- 10/20/2020
- Point of Contact
- Dario Rissone
- E-Mail Address
-
dario.rissone@va.gov
(dario.rissone@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- This is a pre-solicitation notice under FAR 5.203(a), FAR 5.204, and FAR 36.601-1 of the Department of Veterans Affairs (VA), Network Contracting Organization 21 (NCO 21) intent to contract for architect-engineer services for the VA Palo Alto Health Care System (VAPAHCS) Project 640-20-300, Title: Integrated Wayfinding Planning and Implementation.� The North American Industry Classification System (NAICS) code for this procurement is 541310, Architectural Services, with the Small Business Size Standard of $8.0 million dollars. This master planning effort includes, but not limited to, Master Planning, Develop Standard Wayfinding campus maps for Palo Alto, Menlo Park, and Livermore Divisions.� Develop Wayfinding Management Plan that is updatable and sustainable for the Integrated Wayfinding program.�� The goal of the VAPAHCS Integrated Wayfinding Planning and Implementation Project is to develop a comprehensive wayfinding master plan, that builds upon the existing wayfinding systems and integrates new wayfinding tools and platforms, to improve the patient experience.��� The A/E firm shall provide services that include but are not limited to� facility/healthcare system strategic master and concept plans, review and consultation, environmental graphic design, signage planning, wayfinding tools and platforms, surveying and mapping. The Prime firm shall be a licensed/registered professional firm. Interested parties are advised that in keeping 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, the Contracting Officer has determined a reasonable expectation exists 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 ands. Approved source is 06090 MIS-20065/1-001. The solicitation is an RFQ and will be available at the link provided in this notice. Hard copies of this solicitation are not available. Specifications, plans, or drawings are not available. All responsible sources may submit a quote which, if timely received, shall be considered. Quotes must be submitted electronically.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5f9449552a1a4f03a8a0f220d3ac0ec9/view)
- Place of Performance
- Address: 94304, USA
- Zip Code: 94304
- Country: USA
- Zip Code: 94304
- Record
- SN05702562-F 20200627/200625230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |