Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2014 FBO #4530
DOCUMENT

C -- 2014 IDIQ SOURCES SOUGHT - Attachment

Notice Date
4/18/2014
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;425 I Street, NW;Washington DC 20001
 
ZIP Code
20001
 
Solicitation Number
VA786A14I0026
 
Response Due
5/26/2014
 
Archive Date
7/25/2014
 
Point of Contact
Garry Harris
 
E-Mail Address
2-5539<br
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT to conduct market research for a Small Business Set-Aside Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Architect/Engineer Contracts for the Department of Veterans Affairs, National Cemetery Administration, Contracting Service - Washington DC Office. The National Cemetery Administration (NCA) includes five Memorial Service Networks (MSN) located as follows: MSN I (NY, VT, ME, NH, MA, CT, PA, NJ, WV, MD, DE and Northern VA) MSN II (VA, AR, TN, NC, MS, AL, GA, SC, LA, FL, PR, MP) MSN III (MT, ND, WY, SD, NE, CO, KS, OK, NM, TX) MSN IV (MN, WI, MI, IA, IL, MO, IN, OH, KY) MSN V (CA, OR, WA ID, NV, UT, AZ, HI, GU, AK) This announcement is to identify potential interested A/E firms that are classified under one or more of the following small business programs: (1) Service-Disabled Veterans-Owned Small Business (SDVOSB), (2) Veteran-Owned Small Business (VOSB), (3) HUB Zone, (4) Section 8(a), (5) Small Disadvantaged Business (SDB), and/or (6) Woman-Owned Small Business (WOSB). The firms must be an Architect or Architect/Engineer Firm with an approved NAICS Code of 541310, 541330. The intent is to award three contracts for each of the five MSN's however, awards may vary depending on the number of highly qualified small businesses. The determination of acquisition strategy for this acquisition lies solely with the government. The A/E firm must have an established working office within the MSN's as outlined in map below. This procurement is for firm fixed-price multiple award IDIQ contracts with a maximum amount of $10,000,000 per contract for a base year and four one-year options. Services will be procured in accordance with PL 92-582 (Brooks Act) and FAR Part 36. The A/E firm must have, either in-house or through consultants, licensed/registered professionals in the following disciplines: (1) Architect; (2) Structural; (3) Civil; (4) Mechanical; (5) Electrical; (6) Environmental; (7) Value Engineering; (8) Cost Engineer; (9) Scheduler; (10) Risk Analyst; (11) Fire Protection; and (12) Historical Preservation (13) Landscape. The A/E must be capable of responding to and working on multiple task orders concurrently. Task Orders include: 1.Design Programs 2.Schematic Design 3.Pre-construction document technical studies 4.Design Reviews through Design Development Stage 5.Cost Estimates through Design Development Stage 6.Value Engineering Studies and Presentations 7.Construction Documents Review 8.Specialty Consultants not available through the design A/E 9.Cost Estimates (CD's and construction changes 10.Constructability Review 11.Construction Quality Assurance / Quality Control 12.Construction Submittal Review not anticipated through the design A/E 13.Request For Proposals for Design-Build projects 14.All Design Services for Minor and Non-Recurring Maintenance Projects 15.Update, modify or create New VA Standards 16.Design Development (DD) 17.Construction Documents (CD) 18.Consulting services 19.Facility Condition Assessments 20.Commercial office building design 21.Land Survey 22.Geotechnical Survey 23.Hydrologic Studies The A/E firm and team must demonstrate expertise in their respective fields and have recent experience in the design/services listed above. In addition, the firm or team must have experience with Building Information Modeling (BIM) in developing project from its initial conception through completion of documentation. Members of the firm or team must be licensed or registered in the state where the project or task order is being issued, but will be at the discretion of the contracting officer depending on the complexity of the task order. Small A/E firms having the skills and capabilities necessary to perform the stated requirements are invited to provide information to contribute to this market survey/sources sought. Responses should include the following information: 1. Company Name, Address, Point of Contact, Phone number and e-mail address, 2. Business size determination, qualifying Small Business status and DUNS number, 3. Demonstration of the firm's experience within the past five years, listing the projects completed. Provide a brief description of the work performed, to include project title, dollar amount and which functional areas were self-performed, along with a customer contact name and phone number, 4. Provide information on firm's assets, key personnel and financial resources that demonstrate the firm's responsibility and capability to perform the work. Please provide your responses by 4:00 p.m. (EST) on May 26, 2014 by email to garry.harris4@va.gov with "SB A/E IDIQ NCA Washington DC- Company Name" on the Subject Line. Any Pre-solicitation published as a result of this market survey will be synopsized and posted at www.fbo.gov under a separate pre-solicitation announcement. Please note that this is not a Request for Proposal and the Government is seeking information for market research purposes only. The Government may or may not issue advertisements for the above A/E services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCAVACO/VaNca101/VA786A14I0026/listing.html)
 
Document(s)
Attachment
 
File Name: VA786A-14-I-0026 VA786A-14-I-0026 SOURCES SOUGHT.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1316457&FileName=VA786A-14-I-0026-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1316457&FileName=VA786A-14-I-0026-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03342989-W 20140420/140418234905-daca2fb7d992549553c0e1b72e81784c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.