Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 09, 2023 SAM #7744
SOURCES SOUGHT

C -- VISN-12 Fire Protection (FPE) A/E IDIQ For the Eight (8) VISN 12 VA Medical Centers

Notice Date
2/7/2023 8:02:22 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25223Q0342
 
Response Due
2/17/2023 2:00:00 PM
 
Archive Date
05/27/2023
 
Point of Contact
Ricky Bond, Contract Specialist, Phone: 414-477-7575
 
E-Mail Address
ricky.bond@va.gov
(ricky.bond@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
VISN 12 INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR FIRE PROTECTION ENGINEERING (FPE) SERVICES 36C25223Q0342 THIS IS A SOURCES SOUGHT NOTICE ONLY Sources Sought Notice: This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this is marked as proprietary will be handled accordingly. The purpose of this notice is to obtain information on CVE VetBiz VERIFIED Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), [listed in Vendor Information Pages (VIP)] and other Small Business (SB) interests, capabilities, and qualifications to determine if a set-aside is appropriate. Responses to this sources-sought announcement will be used by the Government to make an appropriate set aside decision. Proposals are NOT being requested or accepted at this time. 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.va.gov. Fire Protection Engineering (FPE) will be rendered at each of the eight (8) Veterans Affairs Medical Centers (VAMC) within Veterans Integrated Service Network (VISN) 12. The eight (8) VISN 12 VAMCs are: Edwards Hines Jr. VA Hospital in Hines, Illinois, 60141 VA Illiana Health Care System in Danville, Illinois, 61832 Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan, 49801 Capt. James A. Lovell Federal Health Care Center in North Chicago, Illinois, 60064 Jesse Brown VA Medical Center in Chicago, Illinois, 60612 William S. Middleton Memorial Veterans Hospital in Madison, Wisconsin, 53705 Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin, 53295 VA Medical Center in Tomah, Wisconsin, 54660 Services may also be required at the Community Based Outpatient Clinics (CBOCs) affiliated with the medical centers. The contract will be used by Facilities Management Services at VISN 12 facilities for Third Party FPE Professional Services for various projects under NAICS code 541330 - Engineering Services with size standard $22.5 million. The services shall include an overall five (5) year ordering period based on the five (5) year forecast for FPE professional services. The minimum individual task order for this Contract shall be $2,500, and the minimum guaranteed amount for this Contract shall be $2,500. The total of individual TOs placed against this Contract shall not exceed $3,000,000. The FPE will furnish all necessary qualified personnel, material and services to conduct/perform approved TO in accordance with this Statement of Work (SOW), and those SOWs prepared specifically for each TO. These Professional Fire Protection Design Engineering Services may include but are not limited to items such as Fire Alarm System design, Fire Suppression System design, Fire Dampers/Barriers assessments, Life Safety Assessments, Statements of Condition (SOC) drawing preparation, and site-specific Fire/Life Safety concern consultation services. Interested parties responding to this Sources Sought Notice shall submit as much of the following information as possible: Company name, address, point of contact, phone number, Unique Entity ID number, and business status. Indicate the primary nature of your business, any teaming agreements or arrangements, self- performance and intentions of subcontracting program, including Set-Asides Documentation relating to capability of performance. How many Fire Protection Engineers work for the organization? Performance Standard: The FPE firm shall provide Staff specialized in the field of fire protection engineering. The FPE firm must employ a minimum 3 fire protection engineers with a BS in Fire Protection Engineering (or a related technical\engineering field) and a professional engineering registration in field of fire protection. Project manager has how many years of experience conducting fire protection engineering? Project manager has how many years of experience with health care occupancies.? Performance Standard: The project manager and lead site survey personnel shall have at least 10 years of fire protection engineering work experience with demonstrated experience with health care occupancies. The same individual or equally competent professional must remain on the firm s project staff for the entire contract and must be involved in the supervision and/or review of the aforementioned potential TOs. A fire protection engineer shall conduct the actual on-site surveys and supervise any other onsite survey personnel. Specialized Experience of Team Specialized experience with providing Fire Protection engineering services for health care facilities and specifically Veterans Administration Medical Centers. Submit separate example projects (10 each) that demonstrate the firms experience in Life Safety Assessment/SOC, fire alarm design, fire sprinkler design and code consulting projects within the last 10 years. SUBMISSION REQUIREMENTS: Interested and eligible firms should submit their current SF330 as follows: Electronic pdf copy via email to ricky.bond@va.gov a. See acceptable electron information below; b. Size limitation is 10MB per email; Responses are due on February 17, 2023 at 4:00 PM (Local time). Acceptable electronic formats (software) for submissions: (a) Files readable using the current Adobe Portable Document Format (PDF); (b) Files in Adobe PDF Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater; (c) Submissions shall be provided on standard letter size 8-1/2 by 11-inch paper, limited to a maximum of fifty (50), single-sided, single-spaced, and numbered pages. If more than fifty (50) single-sided pages are submitted, all pages after fifty (50) pages may not be evaluated. The font for text shall be Times New Roman 12-point or larger; (d) Please note that we can no longer accept .zip files due to increasing security concerns. No Fax Responses will be accepted: personal visits for discussing this announcement will not be entertained or scheduled. Questions may be directed only by e-mail to ricky.bond@va.gov and Anne.Vossler@va.gov. VA Primary Point of Contact: Ricky Bond, NCO 12 Contracting Specialist, ricky.bond@va.gov. NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT IS SEEKING INFORMATION FOR MARKET RESEARCH PURPOSES ONLY. THE GOVERNMENT MAY OR MAY NOT ISSUE SOLICITATION DOCUMENTS (REQUEST for SF 330s). TELEPHONE INQUIRIES WILL NOT BE RETURNED. ..
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/244f8bb642d147fe8bf6058787a73fc5/view)
 
Place of Performance
Address: VISN 12 VAMCs, USA
Country: USA
 
Record
SN06585030-F 20230209/230207230112 (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.