SOLICITATION NOTICE
C -- Project # 580-18-208, A/E Design for Site Prep Cath Lab #2
- Notice Date
- 1/29/2020 11:50:24 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25620Q0291
- Response Due
- 2/3/2020 8:59:59 PM
- Archive Date
- 02/05/2020
- Point of Contact
- John Mouajohn.moua@va.gov
- E-Mail Address
-
John.Moua@va.gov
(John.Moua@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- SYNOPSIS: RFI 36C256-20-Q-0291 CONTRACT INFORMATION: General. This A-E Services contract is being procured in accordance with the Selection of Architects and Engineers statue (Public Law 107-217) and implemented in Federal Acquisition Regulation (FAR) 36.6. The VA intends to procure services utilizing FAR 36.602-5 - Short Selection Process for Contracts Not to Exceed the Simplified Acquisition Threshold. All submissions for fiscal year 19 20 have been submitted under RFI 36C25620Q0116 and are kept in a database for use when the short selection process is considered. This RFI is in accordance with FAR Part 5 posting requirement and is not seeking contractor to submit additional SF 330 Part II. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Firms will be selected based on demonstrated competence and qualifications for the required work. The magnitude for construction (not designs) of this project is between $250K and $500K. The estimated start date for design is March 1, 2020 with an estimated completion date of November 26, 2020. The estimated start date for construction is March 2021. Contract Award Procedure: Before a Service-Disabled Veteran-Owned Small Business (SDVOSB) is proposed as a potential contractor, they must be certified by VETbiz and registered in the System for Award Management (SAM) database. Register via the BetaSAM internet site at www.BetaSAM.gov. Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. Nature of Work: Provide Architectural / Engineering services for site survey and investigation, concept development, design development, preliminary drawings, construction drawings, specifications, cost estimates, and construction period services. The A/E will work with VA Project Management Staff to develop the necessary working drawings, phasing plans, infection control plans, contract specifications, prioritization of items, and cost estimates for full and complete construction of this project. 2. PROJECT INFORMATION: The Architect/Engineer shall furnish all professional and technical expertise to develop Schematics, pre-design preliminaries, design drawings, specifications, cost estimates and construction contract bid documents for site preparation of Cath Lab equipment for Room 3C-344 approximately 800 GSF at the Michael E. DeBakey VA Medical Center located at 2002 Holcombe Boulevard, Houston, TX 77030. Equipment for the Cath Lab include Philips Healthcare Allura FD20 System and support equipment including Surgical Booms and Lights. The A/E will prepare equipment layouts for new and existing equipment and work stations as required by the equipment manufacturers specifications and drawings. The A/E shall provide construction period services including record drawings, responses to RFI s, site visits, and inspections. Work under this project will include architectural, structural, electrical, mechanical/Heating Ventilation and Air Conditioning (HVAC), plumbing, medical gas systems, life safety, interior design and telecommunications design. Design will include the application of VA space criteria http://www.cfm.va.gov/TIL/ to provide for the proper program space, as needed. All designs must, at a minimum, be in accordance with all applicable Federal, State and Local codes as well as the Department of Veterans Affairs (VA) publications http://www.cfm.va.gov/TIL/ (Master Construction Specifications, Space Criteria, Construction Standards, etc.). 3. SUBMITTAL REQUIREMENT: This project is a 100% set aside for SDVOSB concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a service-disabled veteran-owned small business concern agrees that, in the performance of the contract, 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. (a) Firms will be selected from the Short-Selection database already established for Fiscal Year 19 20 per RFI 36C25620Q0116. New submittals of SF330s will not be accepted under this RFI. (b) Personal visits and phone calls to the facility to discuss this announcement will not be allowed. 4. THIS IS NOT A REQUEST FOR PROPOSAL. Any requests for a solicitation will not receive a response. No material will be issued, and no solicitation package or bidder/plan holder list will be issued. A solicitation will only be issued to the most highly qualified vendor. DISCLAIMER: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/58ae0cf6914f4c68baae9870ac6f2924/view)
- Place of Performance
- Address: 77030, USA
- Zip Code: 77030
- Country: USA
- Zip Code: 77030
- Record
- SN05546248-F 20200131/200129230141 (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 |