Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 11, 2021 SAM #7193
SOURCES SOUGHT

C -- Central Region AE IDIQ

Notice Date
8/9/2021 4:26:36 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
OFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F) WASHINGTON DC 20420 USA
 
ZIP Code
20420
 
Solicitation Number
36C10F21R0041
 
Response Due
6/8/2021 2:00:00 PM
 
Archive Date
09/06/2021
 
Point of Contact
lara.lutz@va.gov, Lara Lutz, Phone: 224-610-3881
 
E-Mail Address
lara.lutz@va.gov
(lara.lutz@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
SOURCES SOUGHT 36C10F21R0041 Architect/Engineering Indefinite Delivery Indefinite Quantity THIS IS A SOURCES SOUGHT ANNOUNCEMENT to conduct market research for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Architect/Engineer Contract for the Department of Veterans Affairs, Office of Construction & Facilities Management, Central Regional Office. This Indefinite Delivery Contract for Architect or Architect/Engineer firms will provide services within the Central Region of the United States. States include MI, OH, IN, WI, IL, MN, IA, MO, ND, SD, NE, KS, MT, WY, CO, UT, OK, AR, MS, LA, and TX. Firms must have an established working office within the region. The firms must be an Architect or Architect/Engineer Firm with an approved NAICS Code of 541330. This sources sought is to find eligible small business firms that may be interested in participating in the solicitation process. The determination of acquisition strategy for this acquisition lies solely with the government. This market research is for a multiple award firm fixed-price IDIQ contract with a maximum amount of $25,000,000 each award with a base one year period and four (4), one year options. The firms must be capable of responding to and working on multiple task orders concurrently. Project sites will be located within the region. Services will be procured in accordance with PL 92-582 (Brooks Act) and FAR Part 36. The firm, or team, should at least have the following licensed/registered specialty disciplines and be members of the firm, or team, with demonstrable expertise in their respective fields. Firms must have, either in-house or through consultants, (1) Architect; (2) Structural; (3) Civil; (4) Mechanical; (5) Electrical; (6) Environmental; (7) Value Engineering; (8) Cost Engineer; (9) Scheduler; (10) Risk Analyst; (11) Fire Protection; and (12) Historical Preservation. Members of the firm or team must be licensed or registered professional engineer. Additionally your firm or team must demonstrate architectural services with recent experience in the design and review of contemporary state-of-the-art medical facilities with additional experience with vertical expansion/integration along with phasing of on-going facilities operations, research facilities, long term care mental health and dementia, or similar complex healthcare projects, and National Cemetery Expansion. Task orders can also include design work for Veterans Benefits Administration. In addition, the firm or team must have recent experience with Building Information Modeling (BIM) in developing, reviewing, and interpreting projects from its initial conception through completion of documentation. Only architects or architect/engineer firms, or teams, demonstrating the above capabilities and a planned approach to perform contract services should respond. Sample Task Orders: Design programs; Schematic Design ; Pre-construction documents studies; Design Development; Construction Documents; Cost Estimates; Value Engineering; Construction Period Services; Construction Documents Peer Review; Specialty Consultant; Constructability Review; QA/QC; Construction Submittal Review; RFP for Design-Build; Facility Condition Assessments; Electrical Studies; and Design Services for Minor and Non-Recurring Maintenance Projects, Commercial office building design, commercial interior space planning, furniture design and layouts, and Creating Environmental Graphic Design of images. All interested businesses are encouraged to respond to this announcement no later than June 8, 2021, 4:00 PM Central Time, by submitting all requested documentation listed below via E-mail to lara.lutz@va.gov with the Subject Line insert AE-IDIQ (Company s Name). Interested parties should register as an interested vendor and submit a capabilities package demonstrating the ability to perform work listed above. Packages should include the following information: (1) Business name, address and small business type, (2) a positive statement of your intention to submit an offer for this requirement as a prime contractor and/or teaming partners. Any documents published as a result of this market survey will be synopsized and posted at https://beta.sam.gov under a separate sources sought announcement. Please note that this is not a Request for Proposal and the Government is seeking information for market research purposes only. The Government may or may not issue advertisements for the above A/E services. Sources Sought Survey Page for Request for Information Number: 36C10F21R0041 Email to: lara.lutz@va.gov Firm Name: ____________________________________ Phone Number: Address: Contact Name: Business Type (mark all that apply) Small Business Service Disabled Veteran Owned Small Business Veteran Owned Small Business 8(a) HUBZone Women Owned Large Central Region office location: Address: ______________________________________ ______________________________________ ______________________________________
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2132aa6cc97148ca96e1b0bf449f59c4/view)
 
Place of Performance
Address: USA
 
Record
SN06090768-F 20210811/210809230126 (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 |
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.