Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2018 FBO #5992
DOCUMENT

C -- VISN 9 A-E IDIQs - Tennessee Valley, Lexington, Memphis, and Mountain Home Health Care Systems General Design and Mechanical, Electrical, and Plumbing Design - Attachment

Notice Date
4/18/2018
 
Notice Type
Attachment
 
NAICS
541330 — Engineering 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
36C24918R0090
 
Response Due
4/25/2018
 
Archive Date
8/2/2018
 
Point of Contact
Diana K. Grube
 
E-Mail Address
5-6510<br
 
Small Business Set-Aside
N/A
 
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 eight (8) separate Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for A/E design services for multiple disciplines. One (1) AE IDIQ for Mechanical, Electrical, and Plumbing (MEP) engineering requirements and one (1) AE IDIQ for General Design (GD) requirements may be required for each of the following four (4) stations for a total of eight (8) AE IDIQs, VISN 9 VA Medical Centers: 1. Lexington VA Medical Center a. Cooper Division - 1101 Veterans Drive, Lexington, KY 40502 b. Leestown Division - 2250 Leestown Road, Lexington, KY 40511 2. Memphis VA Medical Center Memphis, Tennessee; 3. James H. Quillen VA Medical Center Mountain Home, Tennessee; and 4. 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 AE IDIQ awards for Lexington VA Medical Center and two (2) AE IDIQs for TVHS will apply to two (2) stations. No AE firm will be allowed to submit more than one GD and one MEP design in total, and must be at different facilities. (ie: one (1) GD at Memphis and one (1) MEP at Mt Home). 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 our market research effort. The anticipated AE IDIQ, 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 AE IDIQ 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 AE IDIQ award. For each requirement that is subsequent to each anticipated AE IDIQ award, the VA will issue a request for A/E fee proposal to the successful awardee at the applicable medical center. The VA has the sole discretion to determine whether a requirement is a GD or a MEP requirement. Based on that determination, the VA will issue the request for fee proposal to the appropriate firm 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 task order awards. 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 541330. 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: Address; 2. Applicable telephone numbers and e-mail addresses; 3. Company name; 4. DUNS; 5. Point of contact; 6. Socioeconomic status Service Disabled Veteran Owned Small Business, Veteran Owned Small Business 7. Contractor s interest in providing MEP engineering and/or General Engineering services for a maximum of two stations listed above. 8. Contract awards are estimated to be November 2018. An electronic response is the accepted method to respond to this synopsis and is due on or before April 25, 2018 at 2:00 PM Central Standard Time. Interested firms should submit their information to Contract Specialist, Diana K. Grube @ 615-225-6510 or email: diana.grube@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24918R0090/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24918R0090 36C24918R0090_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4238459&FileName=36C24918R0090-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4238459&FileName=36C24918R0090-000.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: VISN 9 Medical Centers
Zip Code: 37129
 
Record
SN04893241-W 20180420/180418230700-fe5e069851b569b9b0a95fe4d96161fb (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.