SOURCES SOUGHT
C -- Project 596A4-22-102|A/E Reno 3rd Floor for Specialty & Surgical Clinics
- Notice Date
- 9/15/2021 12:54:21 PM
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24921R0152
- Response Due
- 10/18/2021 7:00:00 AM
- Archive Date
- 01/16/2022
- Point of Contact
- 615.873.6341, Roxie Ann Keese, Phone: 502-287-6108
- E-Mail Address
-
roxie.keese@va.gov
(roxie.keese@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- The Lexington VA Medical Center has a requirement for professional Architectural/Engineering services to execute the design of project number 596A4-22-102, Renovate Building 1A 3rd Floor for Specialty and Surgical Clinics in accordance with the Statement of Work, and the Department of Veterans Affairs design guidelines. The successful AE firm shall provide all necessary architectural and engineering services as required to prepare complete contract drawings, specifications, cost estimates, and construction period services for this project. The intent of the project is design the existing space based upon the Patient Aligned Care Team (PACT) Space Module with a centralized check-in and check-out. The design shall utilize data from the VA-Space and Equipment Planning System (VA-SEPS). The AE shall use clinical workload quantities obtained in discussion with the Lexington VA Health Care System staff and shall identify boundaries of functional, service-level square footage as well as external circulation space, connecting corridor space and egress distances to stairwells for exit access. The period of performance for this requirement is 360 calendar days from receipt of Notice To Proceed (NTP). This Sources Sought notice only provides a synopsis of the work to be performed. A more fully detailed Statement of Work will be provided to the three most highly rated AE firms. NAICS Code 541310 is applicable to this requirement. The small business size standard is $8M. The product service code (PSC) is C1DA. The estimated cost of construction is $8,550,000.00. THIS IS NOT A FORMAL REQUEST FOR PROPOSAL. THIS IS A SOURCES SOUGHT NOTICE, seeking qualified AE firms based on the following selection criteria: Professional qualifications necessary for satisfactory performance of required services. Specialized experienced 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 Capacity to accomplish the work in the required time. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Location in the general geographical area of the project and knowledge of the locality of the project. Reputation and standing of the firm and its principal officials with respect to professional performance, general management and cooperativeness. Specifica experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Following review of the qualifications submitted by AE firms for this project, a short listing of the three most highly qualified firms will be made for further consideration, evaluation, ranking and final selection. The above listed qualifications are the minimum that the government will use in determining and making a selection of the most qualified rated AE firms. However, the government reserves the right upon short-listing of the highest AE firms, to add additional qualifications such as design competition by the use of conceptual designs. This project is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) in accordance with U.S.C 8127 section (d). In order to be eligible to submit a bid on this project, all AE firms must have an active and verified status in the Vendor Information Pages (VIP), as well as the System for Award Management (SAM). This project will be procured in accordance with Federal Acquisition Regulation (FAR) Part 36.6 Architect-Engineer Services. Eligibility will be verified both at the time submission of SF 33, as well as prior to award. Interested AE firms shall submit electronically in Adobe Acrobat PDF Format, copies of SF330 for review in consideration for selection. Submission of SF 330 shall not exceed 75 pages in total. SF 330 s are due Monday October 18, 2021 at 12:00pm Eastern Time (ET). SF330 s shall be sent to the Contracting Officer at roxie.keese@va.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/86f362f2809b420a8e5b6594022750bc/view)
- Place of Performance
- Address: Lexington VA Medical Center Troy Bowling Campus 1101 Veterans Parkway, Lexington 40502
- Zip Code: 40502
- Zip Code: 40502
- Record
- SN06134629-F 20210917/210915230123 (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 |