Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 09, 2022 SAM #7526
SOURCES SOUGHT

C -- Cost Estimating IDIQ 2022-2027

Notice Date
7/7/2022 11:28:55 AM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
OFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F) WASHINGTON DC 20420 USA
 
ZIP Code
20420
 
Solicitation Number
36C10F22Q0060
 
Response Due
7/21/2022 1:00:00 PM
 
Archive Date
07/21/2022
 
Point of Contact
Victoria Wayne, Contract Specialist, Phone: 224-610-3516
 
E-Mail Address
victoria.wayne@va.gov
(victoria.wayne@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT NOTICE and no award is to follow. Pursuant to FAR part 10 (Market Research), the United States Department of Veteran s Affairs, Office of Construction and Facilities Management, Seismic Program, Washington, D.C. is seeking to identify sources capable of providing a variation of cost estimating services for a proposed 5-year IDIQ contract. The IDIQ contract will be comprised of a base year and four option years (should the government decide to exercise those option years). The contractor shall provide independent project cost estimates for architectural and engineering services; perform peer reviews of project cost estimates; development of cost models for commonly used building, utility system, and site work elements; conduct market research and analysis; update CFM s cost data used for development of project budget estimates; compile and analyze historic cost data of various project types to provide benchmark cost data; assist in the evaluation of costs for claims and change order requests; and conduct value management (VM) activities. More information regarding cost estimating services needed for this requirement is in the attached Scope of Work. The anticipated NAICS Code is 541310- Architectural Services and the size standard is $11 million dollars. However, the government is considering the following two NAICs codes as well, 541990-All Other Professional, Scientific, and Technical Services and 541330-Engineering Services. Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.beta.sam.gov or by calling 1-866-606-8220. Interested firms must be classified under one or more of the following SBA programs: SDVOSB, and/or VOSB and be registered in VIP (www.vetbiz.va.gov). The requirement is for professional services. Companies having capabilities to provide this are invited to submit complete information discussing their capabilities no later than the close date of this notice (07/21/2022 by 3:00PM CST). The information submitted must include the following and be no more than one page: 1. Name of Company, Address and DUNS Number (UEI Number) 2. Point of Contact and Phone Number 3. Business Size applicable to the NAICS Codes (If Small Business, must identify concern) 4. Complete and current engineering data to demonstrate capability including cost analysis capabilities and building inspection services. Additionally, experience with estimating healthcare constructions costs is being sought. 5. Please provide a brief explanation as to which NAICs code (from the above three listed) your firm believes would best suit this requirement based on the attached Scope of Work. 6. Please provide a brief answer to the question: Has your firm ever provided cost estimating services for construction projects in excess of $10 million dollars? If so, please explain. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely quoter when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, DO NOT Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on beta.SAM.gov website. It is the potential vendor s responsibility to monitor beta.SAM.gov for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9120693ef7bb44b098387f222f1621a4/view)
 
Place of Performance
Address: Multiple-See Scope of Work, USA
Country: USA
 
Record
SN06381844-F 20220709/220707230107 (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.