DOCUMENT
C -- VISN 15 A&E IDIQ MATOC Sources Sought - Attachment
- Notice Date
- 3/2/2016
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- VA25516N0295
- Response Due
- 3/9/2016
- Archive Date
- 4/8/2016
- Point of Contact
- JESSICA EDWARDS
- E-Mail Address
-
K
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT to determine the availability and interest of Service Disabled Veteran Owned Small Businesses (SDVOSBs) that can meet the requirements listed in this Sources Sought announcement. The Department of Veterans Affairs Veterans Integrated Service Network (VISN) 15 intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to Architect/Engineer firms. The Indefinite Delivery Contract for Architect or Architect/Engineer firms will provide services to VISN 15 Medical Centers at: Columbia, MO; Kansas City, MO; Wichita, KS; Topeka, KS; Leavenworth, KS; St. Louis, MO (two medical centers); Marion, IL; and Popular Bluff, MO. The firms must be an Architect or Architect/Engineer Firm with an approved NAICS Codes of 541310 or 541330. The intent is to award an adequate number of IDIQ contracts for the needs of VISN 15 for a period of one (1) year with an option to award four (4) additional years. Task orders may range from $3,500 - $1,000,000 each, with a maximum award amount of $5,000,000.00 over a five year period. The determination of the acquisition strategy for this acquisition lies solely with the government. You may be issued task orders to support any of the VISN 15 Medical Centers. Firms must be capable of responding to and working on multiple task orders concurrently. Services will be procured in accordance with PL 92-582 (Brooks Act) and FAR Part 36. Interested parties should submit the following information: (A) The cover sheet that is attached to this announcement; (B) A positive statement of your intention to submit an offer for this requirement as a prime contractor or Joint Venture to lead a multi-disciplinary team; (C) A statement that your firm has experience in the following areas: Architect and Engineering firms shall include multidisciplinary design teams capable of providing a variety of professional services. Design services may require Architectural, Interior Design, Structural, HVAC, Plumbing, Civil, Electrical, Energy Conservation, Certified Industrial Hygienist, Registered Fire Protection Engineer, Landscape Architect, Estimator, Lean Construction, Green/LEED requirements; and AutoCAD drawings and/or REVIT (Building Information Modeling (BIM). Work may include but is not limited to: project analysis and investigative reports; conceptual designs; contract documents (complete or abbreviated plans on specifications); energy audits; asbestos abatement; lead removal; mold remediation; site visits; exterior and interior layouts and designs; interior furnishings; and finish schedules; Life Safety (Statement of Conditions) Studies, project cost estimating (cost estimating in MEANS will be required for all projects) and scheduling on an-as-needed basis under firm fixed priced delivery orders. A&E and Engineering shall be able to provide Construction Period Services (CPS) that may include but is not limited to the review of equipment samples, shop drawings and other related construction submittals and documents, project site inspections/site visits and reports. A&E and Engineering firms shall also possess a thorough working knowledge of construction, Life Safety, NFPA and ADA codes, requirements and standards as they pertain to hospitals. (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographical area and knowledge of the locality to include the ability to certify drawings in that locality; and (6) Experience in the following specific areas: a. Hospital Experience b. Phasing Construction Projects c. Environmental Assessment & Abatement; including, but not limited to, Asbestos and Lead d. Verification of Exceptional Customer Service; including customer service awards received e. Building Energy Modeling per ASHRAE 90.1-2010 or 2013 f. Designs that comply with ASHRAE 90.1-2010 or 2013 g. Familiarity with and experience incorporating the requirements of current or recent VA guidance documents related to Sustainable Buildings All interested SDVOSBs, to include SDVOSB Joint Ventures, are encouraged to respond to this Sources Sought announcement no later than 9 March 2016, by providing a response via E-mail to Jessica.Edwards7@va.gov. In order to compete for this requirement, SDVOSB firms must be registered in the Department of Veterans Affairs Vendor Information Pages (VIP) database as a verified SDVOSB firm. Firms must also be able to comply with the Federal Acquisition Regulation clause (FAR 52.219-27d), "Agreement. A service-disabled veteran-owned small business concern agrees that in performance of the contract, in the case of a contract for - (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns". PLEASE NOTE: This is not a Request for Proposal and the government is seeking information for market research purposes only. Any Pre-Solicitation published as a result of this market survey will be synopsized and posted at www.fbo.gov under a separate pre-solicitation announcement. Please email responses or questions to Jessica.Edwards7@va.gov and ensure that the subject line reads "VA255-16-N-0295 VISN 15 A&E IDIQ MATOC Sources Sought. Responses, including the cover sheet are limited to five pages.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25516N0295/listing.html)
- Document(s)
- Attachment
- File Name: VA255-16-N-0295 VA255-16-N-0295.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2591327&FileName=VA255-16-N-0295-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2591327&FileName=VA255-16-N-0295-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA255-16-N-0295 VA255-16-N-0295.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2591327&FileName=VA255-16-N-0295-000.docx)
- Record
- SN04037034-W 20160304/160302235004-81f492371f34873decc4248a763a56e5 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |