Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2017 FBO #5546
DOCUMENT

C -- VISN Wide Design IDIQs - Attachment

Notice Date
1/27/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Sierra Nevada Health Care System;975 Kirman Avenue;Reno NV 89502-2597
 
ZIP Code
89502-2597
 
Solicitation Number
VA26117R0138
 
Response Due
2/28/2017
 
Archive Date
6/7/2017
 
Point of Contact
Megan Barr
 
E-Mail Address
5-7154<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a 15 DAY PRE-SOLICITATION NOTICE provided for INFORMATIONAL PURPOSES ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE/SYNOPSIS, THEREFORE NO SF-330 FORM (OR A RESPONSE) IS REQUIRED AT THIS TIME. BACKGROUND Veterans Integrated Service Network (VISN) 21 known as the VA Sierra Pacific Network is one of 18 VISNs in the Veterans Health Administration (VHA). It serves over 1.2 million veterans residing in northern and central California, northern Nevada, Hawaii, the Philippines, and the Pacific Islands including Guam and American Samoa. It has eight VA medical centers/health systems that manage a total of 23 Community Based Outpatient Clinics, 26 Outpatient Clinics. The seven facilities and their cares sites are summarized in the following table: Parent Facility Care Site by City, State* VAMC San Francisco (California) San Francisco VAMC Downtown OPC Eureka OPC San Bruno OPC Santa Rosa OPC Ukiah OPC Clearlake OPC VA Palo Alto Health Care System (California) Palo Alto Division Livermore Division Menlo Park Division Capitola OPC Modesto OPC Monterey OPC San Jose OPC Stockton OPC Sonora OPC Fremont OPC VA Northern California Health Care System (California) Sacramento VAMC Chico OPC Fairfield OPC Mare Island OPC Martinez OPC McClellan (Sacramento) OPC Oakland OPC Redding OPC Yreka OPC Yuba OPC VA Central California Health Care System (California) Fresno VAMC Merced OPC Tulare OPC Oakhurst OPC VA Sierra Nevada Health Care System (Nevada and California) Reno VAMC (Nevada) Carson Valley OPC (Nevada) Auburn OPC Fallon OPC (Nevada) Susanville OPC VA Southern Nevada Health Care System (Nevada) North Las Vegas Medical Center Laughlin Rural OPC Northeast Primary Care OPC Northwest Primary Care OPC Pahrump OPC Southeast Primary Care OPC Southwest Primary Care OPC VA Pacific Islands Health Care System (Hawaii) Honolulu (Oahu) VAMC Hilo (Hawaii) OPC Kailua-Kona (Hawaii) OPC Lihue (Kauai) OPC Kahului (Maui) OPC Agana Heights, Guam OPC American Samoa OPC Leeward OPC Lanai Clinic Molokai Clinic VA Regional Office and Outpatient Clinic (Philippines) Manila, Philippines VARO/OPC PERFORMANCE PERIOD The contract performance period for this acquisition shall consist of a one (1) year base period, and four (4) option periods to extend one (1) year each. The planned Period of Performance (POP) dates are as follows: Base Year: 5/1/2017 4/30/2018 Option Year 1: 5/1/2018 4/30/2019 Option Year 2: 5/1/2019 4/30/2020 Option Year 3: 5/1/2020 4/30/2021 Option Year 4: 5/1/2021 4/30/2022 Additionally, each task order will have its own performance period and will be dependent on the complexity, size, and scope of each project. PROGRAM REQUIREMENTS The purpose of this acquisition is to award indefinite delivery, indefinite quantity (IDIQ) contracts to provide Architect/Engineering (A/E) services related to: architectural design, construction administration services, building systems design, interior and exterior renovations, new building design, medical equipment installation, landscape design, space programming, mechanical engineering, electrical engineering, civil engineering, structural engineering, and fire protection engineering. A/E shall provide services that include: development of schematic, design development and construction drawings as necessary for all project requests, construction period services for all design contracts leading to construction, cost estimates, schedules, digital models to communicate concepts to users, physical space mock ups, and preparation of statement of work (SOW). A/E shall prepare site and architectural block or line plans, magnitude cost estimates, analytical, investigative and certification services & reports, attend site visits, validation of clinical program workloads and related data (VA provided or other healthcare market analysis) as necessary to provide applicable design and construction solutions. Thank you for your interest.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ReVAMC/VAMCCO80220/VA26117R0138/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-17-R-0138 VA261-17-R-0138.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3238451&FileName=VA261-17-R-0138-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3238451&FileName=VA261-17-R-0138-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04383338-W 20170129/170127234041-8a343011c5f1c747f5813e8852e3fcfb (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 |
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.