Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 17, 2020 SAM #6897
SOURCES SOUGHT

C -- Request for Marketplace Engagement for Design Services to be located at the West Los Angeles Campus of the Veteran Affairs Greater Los Angeles Healthcare System (VAGLAHS) for a New Research Building

Notice Date
10/15/2020 8:59:11 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W075 ENDIST ALBUQUERQUE ALBUQUERQUE NM 87109-3435 USA
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP21R0007
 
Response Due
10/30/2020 1:00:00 PM
 
Archive Date
11/14/2020
 
Point of Contact
Michelle Kessinger, Phone: 5053423370
 
E-Mail Address
Michelle.L.Kessinger@usace.army.mil
(Michelle.L.Kessinger@usace.army.mil)
 
Description
If your firm previously submitted a response to Sources Sought Notice W912PP21R0001, your firm will need to provide a new response for this Sources Sought Notice W912PP21R0007. �� 1. General. This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information requests. 2. Notice Details. The U.S. Army Corps of Engineers (USACE), Albuquerque District (CESPA) has been tasked to identify interest in an Architect-Engineer (A-E) Single Award Task Order Contract (SATOC) for A-E services in support of the Veterans Administration Greater Los Angeles Healthcare System (VAGLSHS). This contract will be solicited and awarded in accordance with FAR Part 36 and the Brooks Act (Public Law 92-582). Responses to this Sources Sought announcement will be used by the Government to determine the appropriate level of small business participation and to develop the acquisition strategy decision. Prior Government contract work is not required for submitting a response under this Sources Sought synopsis. The purpose of this Sources Sought is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Economically Disadvantaged Woman-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The type of set-aside decision to be issued will depend upon the responses to this Sources Sought. The Government must ensure there is adequate competition among the potential pool of responsible contractors. The North American Industrial Classification Code (NAICS) for this requirement is: 541330, ""Engineering Services"". The related size standard is: $16.5M. 3. Project Scope. The Albuquerque District intends to acquire A-E Services for the design of a new research building, at the West Los Angeles Campus of the Greater Los Angeles Veteran Affairs Campus project in support of the Department of Veterans Affairs (DVA) mission. Professional services under this contract will primarily consist of the development of A-E studies and design activities (RFP development, Bridging Documents, Criteria Package, review design documents, etc.). We are seeking information on the availability of design firms to perform design level services in support of this project. Work may include but is not limited to: all types of architectural or engineering programming or design charrettes, studies and reports, preliminary and final designs to include cost estimates, commissioning services, plans and specifications, associated utility site surveys, and construction phase services. The following information is tentative and meant to provide interested firms with an idea of the general nature of the anticipated work. The Government reserves the right to update this information as project planning documentation is published and updated. The information below represents the most current information available and will be superseded upon the publication of the preliminary planning information which will be provided by the Government in the subsequent synopsis and request for SF330s: Anticipated SATOC Capacity: NTE $56,000,000; the anticipated range of task orders from this contract is expected between $20,000.00 and $15,000,000.00. Anticipated Period of Performance: Base period of five (5) years with five (5) one-year options Estimated Construction Cost (ECC): Between $250,000,000 and $500,000,000. Ref. DFARS 236.204 Disclosure of Magnitude. Anticipated Construction Strategy: The delivery method employed for the research facility has not been decided; it may be Design-Build or Design-Bid-Build. The Anticipated SATOC capacity includes pre-design services, design services and construction phase services. However, the full capacity may not be required to complete the project. Anticipated solicitation issuance date is 1st Quarter of calendar year 2021 and the estimated proposal due date will be 2nd Quarter of calendar year 2021. The official synopsis citing the solicitation number will be issued on Beta SAM www.beta.sam.gov. Project Details: The following information represents the various project objectives as they are currently known. The new replacement research facility will consist of two distinct components or buildings consisting of a Wet Lab with Biomedical Laboratories and a Vivarium, and a Dry Lab with Desktop Research, Patient Assessment and Administrative spaces. The total area of the new facility is approximately 250,000 BGSF (Building Gross Square Feet). The goals of the design would be to create a unified, state of art research facility.� The building will also have research zones where researchers can collaborate with each other. Minimum capabilities required for this IDIQ contract include: Experience with designing research facilities. Experience with animal centric research facilities. Experience with California Building Standards Code. Ability to generate a compressive criteria package to be used for a Design-Build RFP package and bridging documents and conduct a bridging session with PDT and stakeholders. Preparation of plans, specifications, and construction cost estimates for research building that engage in animal and human medical research. Project experience with planning, programming and design charrettes, comprehensive interior design, antiterrorism force protection design, medical facilities, landscape design, site surveys, and site development. The ability to accomplish cost estimates utilizing USACE M-II cost estimating software. Design of utility improvements projects. Performance of formal value engineering studies in accordance with value engineering methodology set out by SAVE International. Sustainable Design and compliance with the VA�s Guiding Principles. In addition, experience in validating compliance with the Guiding principles using the United States Green Building Council LEED� rating system, Green Globes Certification, and/or the VA Guiding Principles Internal Certification. Evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design. The ability to provide contract documents in AutoCAD � and MicroStation�, Building Information Modeling and Revit software and narratives compatible with Microsoft Word� format. Implementation of design quality management plans. Knowledge of the DoD's A/E/C CAD and BIM standards. Experience with Total Building Commissioning (TBCx) and following the Commissioning Plan (CP) to achieve, validate, and document the performance of facility elements/systems for conformance with the Owner�s Project Requirements (OPR), Basis of Design (BoD), and Construction Documents/Contract Documents (CD). Involvement throughout the life of the project, from pre-design to post construction. Experience reviewing and providing comments on design, and construction drawings, specifications, and documents and responding to RFI�s. 4. Submission Instructions. Formal responses to this Sources Sought Notice must be submitted electronically (via email) with SUBJECT: Sources Sought - VAGLSHS A-E SATOC. Please email to Michelle Kessinger, Contract Specialist, at Michelle.L.Kessinger@usace.army.mil before 2:00 pm Mountain time, 30 Oct 2020. Interested parties' responses to this Sources Sought shall be limited to 6-7 pages and shall include the following information: Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, EWOSB, number of inhouse staff and disciplines. Provide a brief explanation of the prime firm's capabilities and functions to be self-performed as it pertains to the proposed work outlined in the Project Scope. Experience. a. Provide at least three A-E project examples, performed within the past 5 years, similar in size, scope, complexity, and magnitude to the work described in this notice, with a brief description of each project identifying Design-Build or Design-Bid-Build, customer name, timeliness of performance, contract number, customer satisfaction, the final project dollar value with identification of the design cost portion, the A-E�s roles on the project, and specify whether they were the prime or sub-contractor, or b. To the extent a firm does not have the ability to perform the entire scope of the Project as outlined in the Project Scope, include at least three relevant A-E project examples, performed within the past 5 years, demonstrating those portions of the requirement in which your firm is capable of fulfilling. Include a brief description of each project, customer name, timeliness of performance, contract number, customer satisfaction, the final project value with identification of the design cost portion, the A-E�s roles on the project, and specify whether they were the prime or sub-contractor. The Government may verify information in CPARS or PPIRS. 5. Firm's experience with the minimum capabilities included in this Sources Sought Notice. 6. Firm's Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable. � 5. Disclaimer and Important Notes. a. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's capabilities to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a formal synopsis, requesting SF 330s may be published on Beta SAM. However, responses to this notice will not be considered adequate responses to a formal synopsis. Firms responding to this Sources Sought synopsis who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this Sources Sought synopsis. b. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the source selection process to be eligible for award of a Government contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/992c455961d4449ca229a78381ea1e66/view)
 
Place of Performance
Address: Los Angeles, CA, USA
Country: USA
 
Record
SN05829075-F 20201017/201015230141 (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.