DOCUMENT
C -- Improve Access to Main Lobby 657-400 - Attachment
- Notice Date
- 4/29/2016
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;1500 N. Westwood Blvd.;Poplar Bluff, MO 63901
- ZIP Code
- 63901
- Solicitation Number
- VA25516N0435
- Response Due
- 5/16/2016
- Archive Date
- 8/14/2016
- Point of Contact
- Douglas Jones
- E-Mail Address
-
Doug.Jones@va.gov
(Doug.Jones@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Type of Notice: Sources Sought Posted Date: 4-29-2016 Response Date: 5-16-2016 Archive Date: 90 days Set Aside: Service-Disabled Veteran Owned Small Businesses Classification Code: C-Architect and Engineering services NAICS Code: 541310 Architectural Services Synopsis: Please note that this is NOT a request for SF330's or proposals, the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents. The NCO 15 Contracting Office is conducting a market survey for qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB): Veteran Owned Small Businesses (VOSB); 8(a) contractors, HUB Zone Small Businesses, Women Owned Small Businesses (WOSB), or Small Business, capable of providing the required services outlined below for the VA Medical Center located in Poplar Bluff, Missouri. Applicable NAICS code is 541310 size standard $7.5 million. Responses to this notice must be submitted in writing (email preferred) and received no later than May 16, 2016 by 3:00pm CST. No telephone inquiries will be accepted or returned. Additional information about this project will be issued on the Federal Business Opportunities website https://www.fbo.gov once available. Prospective SDVOSB firms are reminded that in accordance with VA Acquisition Regulation (VAAR) 852.219-10, at least 50 percent of the cost of personnel for contract performance of the contract shall be spent for employees of the SDVOSB concern or employees of other eligible service-disabled veteran-owned small business concerns. ? Scope of project: Architect or architect/engineer firm capable of preparing all design and construction documentation including, but not limited to, advance planning and design of the Medical Center Lobby and construction oversite (including final as-built drawings) at the John J. Pershing VA Medical Center in Poplar Bluff MO. Prime contractor shall have, at least, the following licensed/registered specialty disciplines be members of the firm, or team, with demonstrable expertise in their respective fields: Architect, Landscape Architect; Medical Planners; Structural, Mechanical, Geo-technical, Communication (voice & data), Plumbing, and Electrical Engineers; Fire Protection Engineer, Lean Consultant; Interior Designers; and Cost Estimators with experience in the programming, planning and design of a community living center or similar complex healthcare project. This project will include an expansion of the inadequate and outdated lobby area, an elevator system to get patients up to the main facility, fixed walkway to the new lobby area (2,000 new gross square feet) and (1,258 renovated gross square feet), creates a patient drop-off area, relocates 7 parking areas and converts to handicap, and includes a canopy at the end of the covered walkway to ensure a safe environmental protected place to drop off and pickup patients. This project will significantly improve access to the main facility and will ensure a safe entry into the medical center. This work will involve an initial survey, conceptualization, designing, construction document formulation, solicitation/pre-bid information, and construction period services. The initial survey shall consist of walkthroughs to review the existing lobby area and exterior main entrance. The contractor shall meet with the Facility Planner, Leadership, and other members of the Integrated Project Team (IPT) to ensure project needs are met within the scope of the project. Lastly, the initial survey shall investigate for hazardous materials, such as lead and asbestos. Conceptualization shall involve multiple high-level layouts and designs, with input from the IPT, and final approval of a concept. Design shall consist of creating specifications, drawings, phasing scheme, visualizations, cost estimates, and other requirements to ensure that IPT needs are met within the scope of the project. Solicitation/pre-bid phases shall require the contractor to provide information for bidders through RFIs, issue revised construction documents as needed, and be present for all meetings during this phase. Construction period services shall consist of the contractor reviewing and approving submittals, responding to RFIs, as-built drawings, oversight, and update of current electrical, plumbing, and space with changes due to this work. It is expected that industrial hygiene, civil, structural, geotechnical, mechanical, plumbing, electrical, cost estimating, and architectural services shall be required to design and provide construction period services for this project. In accordance with VAAR 836.204, the estimated magnitude of the resulting construction price range is estimated to be between $1,000,000 and $5,000,000. The North American Industrial Classification System (NAICS) code is 541310, Architectural Services, small business size standard of $7.5M in average annual receipts for the preceding three years. Interested firms must be registered in https: www.SAM.gov and qualified as a small business under this NAICS code. Qualified service disabled veteran owned businesses are encouraged to respond and register in the VetBiz registry http://www.va.gov/osdbu/ on or before the response date. All small business firms desiring consideration must have a working office located within 350 miles of the John J. Pershing VAMC in Poplar Bluff, MO. The proximity of each firm that would provide the professional services and familiarity with the area in which the project is located. Firms must be licensed in the state of Missouri. This distance is determined according to http://maps.google.com/. Please see attached. The response to this notice shall be in summary format and shall not exceed ten (10) pages and include the following: Company name, DUNS number, social economic category (small business, SDVOSB, 8(a), etc.), address, point of contact, telephone number and email address, sample information on same or similar type projects completed. No basis for claim against the Government shall arise as a result of a response to this sources sought or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. There is no guarantee, expressed or implicit, that market research for this acquisition will result in a particular set-aside, or any other guarantee of award or acquisition strategy. Responses must be received by 3:00 PM CST on May 16, 2016 via email to the Contracting Officer at Doug.Jones@va.gov. PLEASE REFERENCE "SOURCES SOUGHT: Project 657-400, Improve Access to Main Lobby AE Design" IN THE SUBJECT LINE or cover sheet. Respondents will not be contacted regarding their submission or information gathered as a result of this Sources Sought notice. Interested firms shall be required to respond to additional announcements separately from this announcement without further notice from the Government when posted to the FBO website at https://www.fbo.gov. The FBO website is the only official site to obtain these documents. Contracting Office Address: Department of Veterans Affairs; Network 15 Contracting Office; 1500 N. Westwood Blvd., Poplar Bluff, MO, 63901 Point of Contact(s): Douglas Jones, Contracting Officer, Doug.Jones@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25516N0435/listing.html)
- Document(s)
- Attachment
- File Name: VA255-16-N-0435 VA255-16-N-0435.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2703614&FileName=VA255-16-N-0435-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2703614&FileName=VA255-16-N-0435-000.docx
- File Name: VA255-16-N-0435 Google Map 350 miles Radius of Poplar Bluff.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2703615&FileName=VA255-16-N-0435-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2703615&FileName=VA255-16-N-0435-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA255-16-N-0435 VA255-16-N-0435.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2703614&FileName=VA255-16-N-0435-000.docx)
- Place of Performance
- Address: John J. Pershing VA Medical Center;1500 North Westwood Blvd.;Poplar Bluff, Missouri
- Zip Code: 63901-3318
- Zip Code: 63901-3318
- Record
- SN04100868-W 20160501/160429234548-8342fdce2be8a9e2b58ea17408207337 (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 |