DOCUMENT
C -- Request for Information - Architectural/Engineering Services Veterans Integrated Service Network (VISN) 9 A/E Indefinite Delivery/Indefinite Quantity (IDIQ) Contract - Attachment
- Notice Date
- 7/1/2015
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24915N0606
- Response Due
- 7/16/2015
- Archive Date
- 10/14/2015
- Point of Contact
- Stephen A. Clabough
- E-Mail Address
-
n.clabough@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- REQUEST FOR INFORMATION - ARCHITECTURAL/ENGINEERING (A/E) SERVICES ***THIS IS NOT A REQUEST FOR PROPOSALS*** NO SOLICITATION PACKAGE OR BIDDER LIST WILL BE ISSUED. The Department of Veterans Affairs (VA), specifically Veterans Integrated Service Network (VISN) 9, is seeking information concerning the availability of capable contractors with the ability to perform under twelve (12) separate Indefinite Delivery/Indefinite Quantity (IDIQ) Single Award Task Order Contracts (SATOC) for A/E design services for multiple disciplines. One (1) SATOC for Mechanical, Electrical, and Plumbing (MEP) engineering requirements and one (1) SATOC for General Engineering (GE) requirements may be required for each of the following six (6), for a total of twelve (12) SATOCS, VISN 9 VA Medical Centers to Architect or Architect/Engineer firms: 1.Huntington VA Medical Center - Huntington, West Virginia; 2.Lexington VA Medical Center a.Cooper Division - 1101 Veterans Drive, Lexington, KY 40502 b.Leestown Division - 2250 Leestown Road, Lexington, KY 40511 3.Robley Rex VA Medical Center - Louisville, Kentucky; 4.Memphis VA Medical Center - Memphis, Tennessee; 5.James H. Quillen VA Medical Center - Mountain Home, Tennessee; and 6.Tennessee Valley Health Care System (TVHS) a.Nashville Campus - Nashville, Tennessee b.Alvin C. York VA Medical Center - Murfreesboro, Tennessee * Lexington VA Medical Center and TVHS both have two medical centers associated with each entity. Therefore, the two (2) anticipated SATOC awards for Lexington VA Medical Center and two (2) SATOCs for TVHS will apply to two (2) stations not just one (I.E. one (1) MEP and one (1) General Engineering SATOC for Lexington's Cooper and Leestown Divisions). This Request for Information (RFI) shall not be construed as a formal solicitation or as an obligation in the part of the Government to acquire any products or services. Information provided to the Government as a result of this posting is strictly voluntary and given with no expectation of compensation and provided at no cost to the Government. The VA is interested only in identifying interested and capable contractors for this service as part of the market research effort. The purpose of this market research is to determine availability of competition, within a 350 mile radius, from each of the medical centers listed above. Twelve (12) separate SATOCSs may be awarded provided the contractors prove to be highly qualified, meet the responsibility factors in FAR 9.104, are able to provide the needed services, and the award can be made at a fair and reasonable price to the Government. Requirements will vary with each task order (TO) and will be defined by separate scopes of work for each request. Large complex requirements will be addressed separately from these SATOCs. The anticipated SATOCs, when solicited, will be procured in accordance with the Brooks Act, 40 U.S.C § 11 (2015), as implemented in FAR Subpart 36.6. Firms will be selected based on their ability to demonstrate competence and qualifications for all of the required work elements. CONTRACT PERIOD: Each anticipated SATOC will be for one year from the date of award with options to extend the term of the contract for four (4) additional one year periods that may be exercised at the discretion of the Government or until the maximum contract award amount is reached. Negotiations will be conducted for hourly rates for each discipline required, overhead, profit and other cost elements, which are particular to the contract, and prior to each anticipated SATOC award. For each requirement that is subsequent to each anticipated SATOC award, the VA will issue a request for A/E fee proposal that will include a scope of work for that requirement. The fee proposal shall be based on pre-negotiated unit prices. Each specific TO shall be negotiated based on the A/E effort involved. VA reserves the right to make multiple awards. DISTANCE REQUIREMENT: Firms must have an established and bonafide working office within a 350 miles radius of one of VISN 9's Medical Centers. Bonafide office, for the purpose of this RFI, is the office address of the prime contractor that is expressly referenced as the physical address under the prime contractor's System for Award Management's (www.sam.gov) entity record. The Government reserves the sole right to further verify the prime contractor's address, if necessary. Each of the twelve (12) anticipated solicitations are anticipated to have a 350 mile radius requirement. Therefore, in response to this RFI Notice, each interested contractor is requested to state whether they have an established and bonafide office within 350 miles from every Medical Center listed above and to provide said office's address. The determination of compliance with the 350 mile radius will be determined by using https://maps.google.com/. If one of the aforementioned medical centers has two (2) or more campuses, the contractor is requested to utilize the address of the campus located closest to the contractor's established and bonafide office. SIZE STANDARD/NAICS CODE: This procurement will be conducted under the North American Industrial Classification System Code (NAICS) 541310, Architectural Services, and 541330, Engineering Services. The Small Business Size Standard is $7.5 million gross annual revenue for 541310 and $15 million gross annual revenue for 51330. To be considered a Small Business under either of these NAICS Codes, the respondent's average revenue for the last three fiscal years, depending on NAICS code used, cannot be more than $7,500,000.00 or $15,000,000.00. If the average revenue for the last three fiscal years is over $7,500,000.00 for 541330 or over $15,000,000.00 for 541330, the respondent is classified as a Large Business. Only the following information is requested at this time: 1.Address; 2.Applicable telephone numbers and e-mail addresses; 3.Company name; 4.DUNS; 5.Point of contact; 6.Socioeconomic status (I.E. Other than small business, SBA Certified Small Disadvantaged business, SBA Certified 8(a) Firm or SBA Certified HUBZone Firm, Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, Small Business, and Women Owned); 7.Established and bonafide office's mileage from each medical center in which the contractor would be interested in providing services for; and 8.Contractor's interest in providing MEP engineering and/or General Engineering services for each of the aforementioned medical centers. Contract awards are estimated to be 1 October 2015. An electronic response is the accepted method to respond to this synopsis and is due on or before July 16, 2015 at 2:00 PM Central Standard Time. Interested firms should submit their information to Contract Specialist, Stephen A. Clabough at (615) 867-6000 ext. 26963 or by email Stephen.Clabough@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915N0606/listing.html)
- Document(s)
- Attachment
- File Name: VA249-15-N-0606 VA249-15-N-0606.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2144081&FileName=VA249-15-N-0606-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2144081&FileName=VA249-15-N-0606-002.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-15-N-0606 VA249-15-N-0606.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2144081&FileName=VA249-15-N-0606-002.docx)
- Record
- SN03782897-W 20150703/150701235708-efe5fd43d177a52c0b86f2d3d1f69627 (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 |