SOURCES SOUGHT
C -- 660-21-707 EHRM Design Package SLC (VA-22-00028648)
- Notice Date
- 6/23/2022 6:52:44 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- PCAC NATIONAL ENERGY BUSINESS CENTER (36E776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36C77622Q0379
- Response Due
- 7/11/2022 11:00:00 AM
- Archive Date
- 10/09/2022
- Point of Contact
- Brett Meister, Contract Specialist, Phone: 216 447 8300
- E-Mail Address
-
Brett.Meister@va.gov
(Brett.Meister@va.gov)
- Awardee
- null
- Description
- INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2), this Sources Sought Notice is for market research and information purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking qualified Architect-Engineering (A-E) firms to provide professional A-E Services for a complete design package for the EHRM Infrastructure Upgrades � Tier 2 project at the VA Salt Lake City Health Care System, Salt Lake City, UT. PROJECT DESCRIPTION: A/E Part One Services (also known as Design Phase) for this design project includes site visits, field investigation, studies and user interviews to prepare drawings, specifications and cost estimates for all facets of work and disciplines/trades to facilitate a construction project to construct a new replacement Main Data Center to support the new Electronic Health Record Modernization (EHRM) system in accordance with VA OEHRM Site Infrastructure Requirements (provided by VHA).� The Project will construct a replacement data center where T1 an T2 are currently located. The A/E shall be solely responsible for the management, including all associated labor, equipment, materials, mailing costs, and inspection, to meet the requirements of the design project.� The A/E shall further provide meeting minutes for all meetings held under this design project. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract for design outlined in FAR Part 36.6 Architect-Engineer Services Selection Procedures. The North American Industry Classification System (NAICS) code 541330 � Engineering Services (size standard $16.5 million) applies to this procurement.� This project is planned for advertising in August of 2022. In accordance with VAAR 836.204, the magnitude of design is between $1,000,000 and $2,000,000.� The duration of the project is currently estimated at 365 calendar days from the issuance of a Notice of Award.� However, the results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement in the following information:� Section 1: Provide company name, SAM UEI number, company address, Point-of-Contact name, phone number and email. Section 2: Provide company business size based on NAICS code 541330. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.). Section 3: Provide a Statement of Interest in the project. Section 4: Provide the type of work your company has performed in the past in support of the same or similar requirement. Please provide the following in your response: A detailed description of no more than three (3) contracts that your company has performed within the last five (5) years that are of comparable size, complexity, and scope to this requirement. Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates. Additionally, please include an explanation of how the contracts submitted relate to the project described in this requirement.� Describe specific technical skills and key personnel your company possess to perform the requirements described under description of work. Describe your �Self-Performed� effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. Section 5: Provide the offeror�s current workload and availability of adequate staff to manage and complete this project within the period of performance outlined under procurement information. It is requested that interested contractors submit a response (electronic submission) of no more than 6 single sided pages that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Responses shall be submitted via email to the primary point of contact listed below by July 11, 2022 at 2:00 PM ET. No phone calls will be accepted. The Capabilities Statement submitted in response to this Sources Sought shall not be considered a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents.� After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. At this time, no solicitation exists. If a solicitation is released it will be synopsized on Contracting Opportunities at https://.sam.gov/ . It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Contracting Office Address:� VHA Program Contracting Activity Central (VHA-PCAC) 6100 Oak Tree Blvd. Suite 490 Independence, OH 44131 Primary Point of Contact: Brett Meister Contract Specialist Brett.Meister@va.gov�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0707d04abb7445feb442417758621fd7/view)
- Place of Performance
- Address: Salt Lake City UT VA Medical Center 550 Foothill Blvd Ste 202, Salt Lake City, UT 84113, USA
- Zip Code: 84113
- Country: USA
- Zip Code: 84113
- Record
- SN06367783-F 20220625/220623230127 (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 |