Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 19, 2022 SAM #7628
SOURCES SOUGHT

C -- FY24 A/E IDIQ Pool 2 (SD/NE/DM) (VA-24-00000075)

Notice Date
10/17/2022 12:40:39 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26323R0003
 
Response Due
11/16/2022 8:00:00 AM
 
Archive Date
02/14/2023
 
Point of Contact
Daniel P. Kinney, NCO 23 Contract Specialist, Phone: 402-996-3537
 
E-Mail Address
daniel.kinney@va.gov
(daniel.kinney@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This sources sought announcement is to conduct market research for the Department of Veterans Affairs (VA), Network Contracting Office (NCO) 23 which is seeking Service Disabled Veteran Owned Small Business (SDVOSB) Architectural & Engineering (A/E) Firms to perform services in support of the Veterans Integrated Service Network (VISN) 23 healthcare systems at the following locations: Grand Island, Nebraska Omaha, Nebraska Des Moines, Iowa Sioux Falls, South Dakota Fort Meade, South Dakota Hot Springs, South Dakota The VA anticipates awarding up to ten firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contracts, each with a total value of $75,000,000 covering a five-year ordering period. The VA is seeking interested A/E Firms that are a certified SDVOSB through the Vets First Verification Program with an approved NAICS Code of 541330; have an established working office within the VISN 23 region (see the attached VISN 23 Map); capable of responding to and working on multiple task orders concurrently; and have the capability to perform type A , B or C services which are described below: Type A Services - This work includes pre-scope field investigations (site visits) and surveys (topographic, geotechnical, chemical, site utilities, existing mechanical etc.), energy modeling/analysis, programming, commissioning, and similar fact-finding surveys of the site to provide reports of existing conditions on which to base proper design; and similar services not involved in the preparation of designs, plans, drawings, and specifications. Type B Services - Type of services include, but may not be limited to, plans, drawings, estimates, specifications, submittal register, comprehensive interior design, field survey and investigation, cost estimates. Cost estimates to include all: material, labor, other direct costs, overhead profit, and bonding. Phasing plans, mitigation, and energy must be considered and requires up front analysis and planning. Construction work may be in operational Medical Centers and every effort will be made to interface construction with Medical Center operations. To minimize impact, this means the preparation of detailed phasing plans, including associated moves. Phasing plans will show exact areas of work along with specific outage times, infection control risk assessment (ICRA) mitigation measures (including specific dust, noise, debris control), interim life safety measures (ILSM) which provide for specific measures to mitigate any reduction in fire protection features (i.e., exits out of service, fire sprinkler removal, etc.). Utility outages will be carefully planned and described in the Construction Documents to allow all OSHA required safety measures to be maintained while continuing Medical Center operations. Type C Services - Project Management, construction management, inspecting monitoring, commissioning, and evaluating design and or construction activities to validate conformance to scope of work, plans and specifications, evaluating product submittals, shop drawings, and drafting RFI responses. These A/E services are required to be performed or approved by a licensed or registered professional engineer. The firm should at least have the following licensed/registered specialty disciplines and be members of the firm or consultants of - with demonstrated expertise in their respective fields. A/E Firms must have, either in-house or through consultants the following disciplines: Architect Structural Civil Mechanical Electrical Environmental Value Engineering Cost Engineer Scheduler Risk Analyst Fire Protection Historical Preservation. Interested A/E Firms shall have a proficiency in healthcare facility design and related healthcare regulatory bodies and must be able to accommodate planning and strategies for projects in a fully functional healthcare facility. In addition, A/E Firms shall have a proficiency in campus infrastructure planning, programming, design, and construction to include, but not be limited to, boilers, chillers, electrical distribution, water and wastewater distribution, parking garages, grounds, and roads/sidewalks. Only A/E Firms demonstrating the above capabilities and a planned approach to perform these services should respond. All interested A/E Firms are encouraged to submit a capabilities package in response to this sources sought announcement no later than November 16, 2022 by 10:00 AM (Central Time) via email to daniel.kinney@va.gov with the Subject Line insert FY24 AE-IDIQ (Company s Name). Capabilities packages should include the following and be no more than four pages in length: Business name, address, and small business type A positive statement of your intention to submit a qualification package in response to a possible solicitation for this requirement. A brief explanation of past performance or current contracts which clearly articulates the ability to perform the services described above. Any pre-solicitation published as a result of this market survey will be synopsized and posted on Federal Contract Opportunities. This is not a request for proposals. The Government is seeking information for market research purposes only.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f9a37f8f26754d4f8b689ac8a92070a7/view)
 
Place of Performance
Address: VAMC Locations in Nebraska, South Dakota, and Iowa
 
Record
SN06495351-F 20221019/221017230053 (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.