Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 08, 2023 SAM #7712
SOURCES SOUGHT

C -- 523A5-22-001 | A/E - Roof Replacement Building 4 and 22

Notice Date
1/6/2023 12:38:19 PM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24122R0128
 
Response Due
6/22/2022 10:00:00 AM
 
Archive Date
03/31/2023
 
Point of Contact
Michael Crafts, Contract Specialist, Phone: (207) 623-8411
 
E-Mail Address
michael.crafts@va.gov
(michael.crafts@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Introduction Network Contracting Office 1 (NCO 1), supporting VA New England Healthcare System (VISN 1) and VA Boston Healthcare System (Brockton, MA), is seeking potential sources for an upcoming requirement for Architect and Engineering Services. THIS NOTICE IS NOT A REQUEST FOR QUALIFICATION STATEMENTS (SF330). This notice is a market research tool and has not been set-aside for any small business category, however the notice is issued to determine appropriate set-aside categories. Responses to this notice, in conjunction with other Government market research resources, will be used by the contracting officer to determine the applicable socio-economic set-aside for the procurement. Failure to respond to this notice will not impact consideration of architect and engineer firms (or joint ventures) which otherwise meet set-aside requirements and submit responses to the follow-up public announcement. Once the appropriate set-aside is determined, a separate public announcement requesting qualification statements (SF330s) will be publicized on Contract Opportunities in accordance with 40 U.S. Code ยง 1101 and FAR 36.601. General Project Description and NAICS Synopsis of required services (See attachment for full statement of work): Provide all professional architectural and engineering (A/E) services necessary to develop complete drawings, specifications, cost estimates, construction schedules, project phasing, investigations, site visits and construction period services associated with Roof Replacements for Buildings No. 4 and 22 at the Veterans Administration, Boston Healthcare System (VA BHS), Brockton Campus, 940 Belmont Street, Brockton, MA. Conduct preliminary project scope meetings and site survey investigations to develop the necessary elements for consistent design with the VA s project team goals as prioritized during preliminary project meetings, field surveys and studies. This project shall update and replace the existing roofing for Buildings No, 4 and 22 through the design and construction. The project intent includes, but is not limited to: The A/E contract shall evaluate and perform a complete survey of the existing conditions of work area and provide preliminary report to be reviewed and evaluated by the VA Management. Upon approval the A/E shall develop and prepare the construction documentation package. Perform complete existing conditions assessment of work area to generate cost estimate for work to be performed by construction contractor. Perform Core Cuts and Infra-Red Scans for each roof section. Generate specification package for construction of project using VA standard specifications. Prior to Design implementation, the A/E shall conduct Asbestos and PCB Sampling for any of the old caulking, asbestos sampling of the core cuts and asbestos sampling of any of the roof cement mastic. Results to be submitted to the VA prior to the initiation of the design. Magnitude of construction is between $2M and $5M. This procurement for Architect & Engineering services is assigned NAICS 541310 Architectural Services which has SBA small business size standard of $11 million in average revenue. Information Sought The Government requests a letter of interest (or similar document) with responses to the following: 1. State your firm name (as it appears in SAM.gov ), firm office location where these services will be performed from, DUNS number, and socio-economic status of the firm (i.e. verified SDVOSB, WOSB, SB, large business). 2. Provide a brief narrative on the firm s experience providing services similar to those described in the attached statement of work. 3. What would be the expected make-up of the firm s team in terms of socio-economic categories and estimated percentage of work to be completed by your firm and each subcontractor? If the procurement is set-aside for any category of small business, generally fifty percent of more of the work would need to be performed by the contractor or a similarly situated subcontractor in terms of percentage of cost. For instance, if set-aside for service-disabled veteran-owned small business (SDVOSB), 50% or more of the contract would need to be performed by verified SDVOSBs no other small business categories would count towards the percentage. If set-aside for small business, 50% of the contract would be required to be performed by small businesses which would include performance by a verified SDVOSB because they are also a small business. If the procurement is not set-aside and reaches certain dollar thresholds, the Government would negotiate an acceptable subcontracting plan to utilize small business concerns. 4. A brief statement of overall interest in the project and capability of performing the work in conjunction with ongoing projects. 5. Any additional capabilities statements or other documentation that you feel will assist the Government in performing market research and determining the appropriate set-aside. Submission Instructions Interested parties are requested to submit the requested information not later than 28 JUN 2022 at 5:00PM EST to Michael Crafts via email to michael.crafts@va.gov. Please include 36C24122R0128 - Sources Sought Response in the title of the email. The response burden to this notice is expected to be light; lengthy responses are not expected but no maximum page count is assigned. Please keep responses below 7MB or send multiple emails appending to the email subject 1 of n as appropriate. Please contact Michael Crafts at the email above with any questions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/85735dc656df4897b423fd383a440711/view)
 
Place of Performance
Address: VA Boston Healthcare System Brockton Campus 940 Belmont Street, Brockton 02301, USA
Zip Code: 02301
Country: USA
 
Record
SN06558628-F 20230108/230106230103 (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.