DOCUMENT
C -- A&E Drawings IDIQ - Attachment
- Notice Date
- 6/3/2014
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- VA25514R1172
- Response Due
- 6/13/2014
- Archive Date
- 7/13/2014
- Point of Contact
- Department of Veterans Affairs
- E-Mail Address
-
Donald
- Small Business Set-Aside
- N/A
- Description
- A&E SERVICES IDIQ SOURCES SOUGHT / MARKET SURVEY QUESTIONNAIRE This Sources Sought / Market Survey Questionnaire is posted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for providing Architect-Engineer (A-E) Services. The A-E services required will be multi-disciplined and may include but are not limited to Architectural, Electrical, Mechanical, Structural, Civil, Environmental, Fire Protection, and Cost Estimating. The type of work shall consist of, but not limited to: performing and conducting charrettes, technical studies, analyses, surveys, investigations and reports, planning site developments and installations, designing and developing engineering construction drawings, specifications, cost estimates and design analysis, preparing technical portions of Request for Proposal (RFP) packages, supervising and inspecting maintenance, repair and construction projects, submittals, and performing the necessary supervision and coordination of all phases of A/E work. The Government is seeking to identify Architect - Engineer (A-E) contractors certified to perform A-E work in the following locations: Tucson, Arizona Leavenworth, Kansas Hines, Illinois Chelmsford, Massachusetts Charleston, South Carolina Murfreesboro,Tennessee Lancaster, Texas. Contractors responding to this Sources Sought / Market Survey Questionnaire are placed on notice that responses to this notice may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with participation in this Sources Sought / Market Survey Questionnaire. This is not a solicitation. SF330's are not being requested at this time. Section 1. General 1.Business Name: _______________________________________________ 2.Business Address:______________________________________________ 3.CAGE Code:__________________________________________________ 4.SAM Registration - Active: (Circle One) YESNO 5.NAICS Codes:________________________________________________ 6.Responsible Point of Contact: a.Name: _________________________________________________ b.Phone: _________________________________________________ c.Email:__________________________________________________ 7.Circle all that apply below. Indicate your A-E firm's business size. If your A-E firm is a Small Business, indicate the applicable Socio-Economic Category: a.Large Business b.Small Business c.8(a) Small Business d.Veteran Owned Small Business e.Service Disabled Veteran Owned Small Business f.HUBZone Small Business g.Small Disadvantaged Business h.Women-Owned Small Business Concern i.Economically Disadvantaged Woman Owned Small Business j.Emerging Small Business k.Alaskan Native (ANC) Owned l.Tribally Owned m.Native American Owned n.Other Minority Owned o.None of the Above (please identify): ____________________________ 8.Indicate the areas in which your A-E firm possesses the expertise, capabilities, and experience to meet the requirements for providing Architect-Engineer (A-E) Services. Your firm must be certified to perform these A-E Services in the state of Arizona. Check all that apply below. ____ Mechanical ____ Electrical ____ Fire Protection ____ Civil ____ Structural ____ Architectural ____ Cost Estimating Section 2. Capability Contracts typically have a base period and option periods for a total of five years. Please use this information in formulating responses to the following: 1.If awarded an A-E Services contract, the maximum capacity our firm can adequately perform for any single task order is: $________________. 2.If awarded an A-E Services contract, the maximum aggregate contract capacity our firm can adequately perform is: $______________/Fiscal Year. 3.Your firm's average gross receipts for the 3 years is $________________. 4.Circle one answer below. Our firm is capable of performing/delivering -- SIMULTANEOUSLY: a.1 Order b.2-5 Orders c.6-10 Orders d.11-15 Orders e.More than 15 Order 5.Our firm has the documents/permits/certifications required to perform work at the locations above in the states of Arizona, Illinois, Kansas, Tennessee, South Carolina, and Texas. Circle One: YES or NO If you answered NO, which state(s) do you have documents/permits/certifications______________________________________ 6.If awarded an A-E Services contract, our firm IS / IS NOT capable of performing at least 51% of the cost of the services with employees of our own firm. Section 3. Return Instructions After completion, please return the completed Sources Sought / Market Survey Questionnaire to: Mr. Donald J. Denno Email: donald.denno@va.gov Respond NLT 1600, Central Time, 13 Jun 2014. Information is requested to aid the Government Team in development of the most appropriate acquisition strategy. Consideration will be given to the small business socio-economic categories based upon industry input.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25514R1172/listing.html)
- Document(s)
- Attachment
- File Name: VA255-14-R-1172 VA255-14-R-1172_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1400894&FileName=VA255-14-R-1172-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1400894&FileName=VA255-14-R-1172-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA255-14-R-1172 VA255-14-R-1172_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1400894&FileName=VA255-14-R-1172-000.docx)
- Record
- SN03384409-W 20140605/140603235531-8034f4d6f034dc21e147a96500a460b3 (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 |