Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 09, 2017 FBO #5677
DOCUMENT

C -- Architect Engineer Services Building Fence, Gate Replacement and Expansion - Attachment

Notice Date
6/7/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (003C4D);3001 Green Bay Road Building #48;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10117R0403
 
Response Due
7/25/2017
 
Archive Date
9/23/2017
 
Point of Contact
Tiffany Rivers
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
NOTICE OF INTENT TO CONTRACT FOR ARCHITECT AND ENGINEERING SERVICES OFFICE OF CONSTRUCTION AND FACILITIES MANGEMENT CENTRAL REGION BUILDING FENCE GATE REPLACEMENT and EXPANSION The Department of Veterans Affairs (VA), Office of Construction and Facilities Management (CFM) Central Region has a requirement to obtain an Architect Engineer (A/E) firm to engineer and design the existing Data Center Operation (DCO) facility parking lot to include but not limited to: replacing the parking lot, curbing, fencing and sidewalks. The Service Disabled Veteran Owned Small Business (SDVOSB) Architect Engineer firm (A/E) firm shall provide labor, materials, testing, and supervision to perform work for DCO facility parking lot. The qualified firm shall possess an excellent working knowledge of: Physical Security Design Manual January 2015 44 U.S.C. § 3541,   Federal Information Security Management Act (FISMA) of 2002 Federal Information Processing Standards (FIPS) Publication 140-2, Security Requirements For Cryptographic Modules 5 U.S.C. § 552a, as amended, The Privacy Act of 1974 42 U.S.C. § 2000d Title VI of the Civil Rights Act of 1964 Department of Veterans Affairs (VA) Directive 0710, Personnel Suitability and Security Program, May 18, 2007 OSHA 29 CFR 1910 General Industry Regulations. This procurement will be following the procedures for evaluation and award in accordance with Brooks Act, Federal Acquisition Regulation (FAR) 36.6, and Veterans Affairs Acquisition Regulation (VAAR) 836.6. Work for this project shall be in accordance with (IAW) the construction plans and specifications, SOW and VA master specifications which are located on Veteran Affairs Technical Information Library site http://www.cfm.va.gov/TIL/. The contractor must follow Information Technology Center rules, regulations and policies to include OSHA standards. The A/E shall furnish a complete design package to include plans, site, landscape, architectural, electrical power and lighting, plumbing (sanitary, storm, etc.), security system (metal fence, camera, data, power, etc.), views, details, sections, elevations, shop drawings, working drawings, specifications, etc. and related information as required by the contract. The A/E shall collaborate with the VA s designated COR and PM in the design phase and additional VA HITC requested services through the construction phase. The A/E shall be solely responsible for the management and professional design, including all associated labor, equipment, materials, mailing cost, and inspection, to meet the requirements of the contract to deliver. This contracted work includes preparation of study, schematics, design development, drawings, specifications and cost estimates for all facets of work and trades necessary to facilitate award of a construction contract. Construction period services, to include site visits during construction, are part of the scope. The solicitation will be 100% set aside for Service disabled Veteran Owned Small Business (SDVOSB).The SDVOSB must be an Architect/Engineer (A/E) firm with an approved NAICS Code of 541330, Size Standard $15.0 million, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. The Government anticipates awarding a Firm-Fixed-Price single award contract. NOTICE TO OFFERORS: Prior to and at the time of award the SDVOSB must be registered in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM and be registered/certified as a SDVOSB firm on the VetBiz Vendor Information Pages at http://www.vip.vetbiz.gov. REQUEST FOR QUALIFICATIONS and AMENDMENTS: Prospective Offerors must obtain copies of solicitation documents from FedBizOpps, by registering at FedBizOpps (http://www.fedbizopps.gov) the Offerors will have access to downloading RFQ which will be available only in Adobe PDF electronic format. The Offerors must be registered in SAM and have a DUNS Number to download documents. By signing up for the Register to Receive Notification list at http://www.fedbizopps.gov, you will be notified by email of any new amendments that have been issued and posted. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. If you have any questions, please contact Tiffany Rivers (tiffany.rivers2@va.gov) In the subject line of any email sent, identify: HINES OIT Parking Lot **This is not a Request for Qualifications (RFQ). This is a Notice of Intent. A Solicitation is not available at this time. **
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10117R0403/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-17-R-0403 VA101-17-R-0403.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3560520&FileName=VA101-17-R-0403-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3560520&FileName=VA101-17-R-0403-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04535737-W 20170609/170607234831-c50ca3eb85b9d8ef3f030b104e3765a3 (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.