DOCUMENT
C -- Project Book Data Collection, Coordination and Presentation Services in advance of future Project No. 648- 077, Seismic Retrofit and Renovation at Bldgs. 100 and 101, VA Porland Health Care Services, OR - Attachment
- Notice Date
- 2/6/2017
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Office of Construction and;Facilities Management (003C4E);1175 Nimitz Avenue, Suite 210;Vallejo, CA 94592
- ZIP Code
- 94592
- Solicitation Number
- VA10117R0281
- Response Due
- 2/10/2017
- Archive Date
- 3/12/2017
- Point of Contact
- Ronald Ferrer, Contracting Officer
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a Sources Sought Announcement only. The Department of Veterans Affairs (VA), Office of Construction and Facilities Management (CFM), is seeking to retain a qualified Architect-Engineering Services firm (NAICS 541310) to provide PROJECT BOOK Data Collection, Coordination and Presentation Services in advance of a future project, Project Number 648-077, Seismic Retrofit and Renovation at Buildings 100 and 101 of the VA Portland Health Care System at 3710 SW US Veterans Hospital Road, Portland, Oregon 97239. This Sources Sought Notice (SSN) announcement is restricted to SDVOSB and VOSB concerns only under Public Law 109-461; the firm must be capable of self-performing at least 50% of the work. This notice is NOT a Request for Proposal (RFP). No solicitation exists at this time. The applicable North American Industrial Classification System (NAICS) code for this requirement is 541310 with a small business size standard of $7.5 million. PURPOSE OF NOTICE: The Sources Sought is being used as a Market Research tool to determine potential sources prior to determining the method of acquisition and issuance of a possible RFP. The Government is not obligated and will not pay for any information received from potential sources as a result of this notice. We are only requesting capability statements from potential contractors at this time. This Consultant (PROJECT BOOK) shall provide professional services of architects, engineers and other consultants, who have a current working knowledge of Codes, VA Standards and Requirements, for the collection of architectural programs, data and surveys, and review for completeness and coordination, of designs, calculations, specifications, reports, and system analyses. Services shall be in accordance and compliance with VA Standards and Requirements. Preference will be given to prime AE, joint venture, or mentor-protégé with working offices within the CFM Western Region in the states of WA, OR, CA, ID, NV, AZ, NM, AK, and HI. BACKGROUND: The objective of the PROJECT BOOK is to identify and define the project requirements necessary to manage the risk (by confirming the scope) in establishing the budget for a new Capital Asset project. The PROJECT BOOK will be a collection of pre-design information (GFI) that will result in a reliable definition of project requirements and form the foundation of all subsequent design efforts for this project. A VA capital construction project is (generally) initiated at the local level and submitted to VA Headquarters for evaluation and selection by the Strategic Capital Investment Program (SCIP) for inclusion in the Department-wide annual budget request to Congress. After a project is selected by VA, CFM will contract with an AE team to provide the technical expertise to create a Project Book. This PROJECT BOOK is executed under a separate contract from the formal and traditional design work for the project. The Project Book will refine a needs analysis, establish the final Space and Equipment Planning System (SEPS) Program for Design (PFD), collect comprehensive engineering information of the proposed site, existing utilities, project technical requirements and existing building conditions (if an existing building is to be modified). The tasks identified below are estimated to be completed within 52 weeks. Task Description Assessment of Physical Infrastructure On-Site Utility Survey Off-Site Utility Survey Transportation and Parking ADA Barrier Survey & Compliance Boundary Survey Topographic Survey Geotechnical & Geologic Analysis Site Issues and Observations Seismic Analysis (Basic) Environmental Assessment, Haz-Mat Assessment and NEPA Cultural & Historic Resources Preliminary Site & Buildings Physical Security Analysis Preliminary Sustainable Design, Energy Reduction, Renewable Energy Use Existing Buildings Information (BIM Scans) Telecommunications Survey Codes, Standard and VA Requirements Testing of Specific Structural Elements The firm or team should have the following disciplines as members of the firm, or team, with demonstrated experience in their respective fields. Project Director Senior Project Manager Project Architect Mechanical Engineer Structural Engineer Electrical Engineer Medical Planner Civil Engineer Landscape Architect Fire Protection Specialist Medical Equipment Specialist Low Voltage NEPA Coordinator LEED AP/Sustainability Consultant Cost Estimator Utility Surveyor Topography Surveyor Traffic Engineer ADA Consultant Security Consultant Telecommunications Engineer Historic Preservation Specialist Environmental Geotechnical Vertical Transportation Parking Structure RESPONSE DEADLINE: Interested sources shall submit a capability package containing: 1) Company name, address, DUNS number and NAIC code; 2) Point of contact, email address, phone number; 3) Business Size (VetBiz certification); 4) Demonstration of firm s experience within 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; 5) Provide information on firm s assets, key personnel and financial resources that demonstrate the firm s responsibility and capability to perform work. The capability statement is not to exceed five (5) single sided pages. Please email your responses to: ronald.ferrer@va.gov subject: VA Portland HCS Project Book (Company Name) by 12:00 pm Pacific Time on February 10, 2017. Please note that this is not a Request for Proposal. The Government is only seeking information for market research purposes in accordance with federal acquisition regulation (far) part 10. The Government may or may not issue an advertisement for these services. look for any further information in fedbizopps. telephone inquiries will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10117R0281/listing.html)
- Document(s)
- Attachment
- File Name: VA101-17-R-0281 VA101-17-R-0281.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3257019&FileName=VA101-17-R-0281-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3257019&FileName=VA101-17-R-0281-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA101-17-R-0281 VA101-17-R-0281.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3257019&FileName=VA101-17-R-0281-000.docx)
- Place of Performance
- Address: VA Portland Health Care System;3710 SW US Veterans Hospital Road;Portland, OR 97239
- Zip Code: 97239
- Zip Code: 97239
- Record
- SN04391977-W 20170208/170206234809-8c74c4c05dcf000ad0a59ea77ff88e03 (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 |