Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2017 FBO #5572
DOCUMENT

C -- 2nd Floor Water Leak Design San Diego VAMC (2nd Floor Water Leak Damage Remediation, West Wing) - Attachment

Notice Date
2/22/2017
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70117N0040
 
Response Due
3/1/2017
 
Archive Date
6/8/2017
 
Point of Contact
Donald A. Marsh III
 
E-Mail Address
donald.marsh2@va.gov
(donald.marsh2@va.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 52.215-3, Request for Information or Solicitation for Planning Purposes, this Sources Sought Notice is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting market research and is seeking qualified Architect-Engineering (A-E) firms to provide professional A-E Services for a complete design package for the 2nd Floor Water Leak Damage Remediation project in the West Wing of the San Diego, CA VA Medical Center (VAMC). PROJECT DESCRIPTION: This project renovates 20,625 GSF for 2nd Floor West Wing which will include SAARTP (Inpatient Mental Health), Sleep Study (Specialty Care), & Mental Health. This project will demolish drywall, ceilings, flooring, walls, asbestos fireproofing, and ductwork which has suffered water damage from a recent construction accident. The demolition will be conducted under mold and asbestos remediation conditions. The exact scope and extent of demolition will be determined as an item of work in the design contract. The areas and equipment demolished will be replaced or reconstructed. Reconstruction will be to current codes and standards when possible, but no programs will be added or expanded. The extent of demolition and reconstruction will be limited to areas directly affected by water damage, and work required to remediate and reconstruct the water damaged areas. No square footage area will be added or demolished. No remodel will occur in areas that did not suffer water damage. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing FAR 36 A-E Services and the Brooks Act. This notice is to determine if there are qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) concerns that are capable of completing this project. The type of socio-economic set-aside will depend upon the responses to this notice and any other information gathered during the market research process. The North American Industry Classification System (NAICS) code 541310 (size standard $7.5 million) applies to this procurement. The duration of the project is currently estimated at 210 calendar days from the issuance of a Notice to Proceed. The services for this project will include all preliminary planning and special services, preparation of design drawings and specifications, construction period services and site visits. CAPABILITY STATEMENT: The following information is requested in response to this notice: (1) Evidence of verification in Vet Biz/CVE as an SDVOSB or VOSB firm under NAICS code 541310; (2) A positive statement of your intention to submit a proposal in response to a solicitation for this project; (3) Provide the work that your firm has performed in the past in support of the same or similar requirements to this project. The VAAR construction magnitude of this project is between $5,000,000 and $10,000,000. Please include the following: No more than five (5) design contracts that your company has performed within the last five (5) years that are of comparable size, complexity, and scope to this requirement. Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates. Describe specific technical skills and key personnel your company possess to perform the requirements described under description of work. Describe your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. (4) Proof of professional liability insurance required to cover the amount of this project; and (5) Evidence your firm has an office within a 200 mile radius of the San Diego VAMC. It is requested that interested firms submit a response (electronic submission) of no more than 8 single sided pages, single-spaced, 12 point font minimum that addresses the above information. This response must be submitted as a PDF document that is less than or equal to 5MB in size. Please note that hard copies will not be accepted. Please also include a cover page, which includes, at a minimum: the company s name, address, Dun & Bradstreet number, socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary point of contact listed below by March 1, 2017 at 2:00 PM ET. No phone calls will be accepted. At this time no solicitation exists; therefore, please DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released it will be synopsized in FedBizOpps at https://www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. *Please note there will be two other Water Leak Damage Remediation (3rd Floor and Basement) design projects at the San Diego VAMC that will be solicited around the same time as this project. The scopes and project magnitudes will have similarities to this project. The responses received from this project, will help determined the set-aside requirements for these two projects as well. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. Contracting Office Address: VA Program Contracting Activity Central (VHA-PCAC) 6150 Oak Tree Blvd. Suite 300 Independence, OH 44131 Primary Point of Contact: Donald A. Marsh III Contracting Officer Donald.marsh2@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/84694289f8f90326fc7cca38ba825b92)
 
Document(s)
Attachment
 
File Name: VA701-17-N-0040 VA701-17-N-0040.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3292961&FileName=VA701-17-N-0040-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3292961&FileName=VA701-17-N-0040-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: San Diego VA Medical Center;3350 La Jolla Village Drive;San Diego, CA
Zip Code: 92161
 
Record
SN04410071-W 20170224/170222234417-84694289f8f90326fc7cca38ba825b92 (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.