Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2020 SAM #6716
SOURCES SOUGHT

C -- 589-703 - Construct Addition and Renovate CLC for Patient Privacy and Rehabilitation Services B60

Notice Date
4/17/2020 11:58:52 AM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25520R0068
 
Response Due
5/8/2020 12:00:00 AM
 
Archive Date
08/06/2020
 
Point of Contact
Sean P Jackson Contract Specialist 913-946-1126
 
E-Mail Address
sean.jackson@va.gov
(sean.jackson@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Title: Construct Addition and Renovate CLC for Patient Privacy and Rehabilitation Services B60 Project 589-703 for the Wichita VA Medical Center, Wichita, Kansas Solicitation Number: To be determined after market research is complete. Agency: Department of Veterans Affairs Contracting Office: Network Contracting Office 15 Contracting Office Location: 3450 S 4th Street Traffic way, Leavenworth, Kansas Type of Notice: Sources Sought Posted Date: 4/17/2020 Response Date: 5/8/2020 at 3:00 PM Central Time Set Aside: Service-Disabled Veteran Owned Small Business 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 Department of Veterans Affairs Network Contracting Office (NCO) 15, is conducting a market survey for qualified: Service-Disabled Veteran Owned Small Businesses (SDVOSB), capable of providing the required services outlined below for the VA Medical Center located in Wichita, Kansas. The applicable NAICS code is 541310 and the size standard is $8.0 Million. Responses to this notice must be submitted via e-mail and received no later than May 8, 2020 at 3:00 PM Central Time. 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. The prime architect shall provide written certification of this to the Contracting Officer with the response provided for this market research. SCOPE OF DESIGN/CONSTRUCTION PROJECT: A/E shall be required to provide all technical and engineering disciplines as needed to meet project requirements as outlined. It will consist of, but is not limited to, architectural engineering, civil engineering, mechanical engineering, structural engineering, electrical engineering, and fire protection engineering. The A/E shall specifically include a fire protection and safety review. A/E shall design an addition to building 60 as well a renovation of existing space. The 18,000 square foot expansion shall be one story with the capability of building a second story for future expansion. The new space will meet patient privacy requirements by constructing private patient rooms with bathrooms. Within the new addition, the A/E shall also design residential ancillary living space. The renovation of the existing 13,000 sf CLC will include rehabilitation service and collocated clinical administration space as well creating kitchen preparation space along with residential dining area to accommodate the VA choice dining program. The design shall also include relocation of the existing garden from the north side of the building to the south side of the building, creating a meditation space and new front entrance to building 60. The design shall also include replacing windows in the existing building as needed. A/E will review VA furnished asbestos survey to identify known areas of remediation. The AE shall conduct a study to supplement VA furnished survey to identify additional possible asbestos and/or lead contamination. The AE will be responsible for all specifications and cost estimations associated with remediation required as part of the design period of services. The AE shall be responsible for air monitoring services to be provided during remediation of hazardous materials (i.e. asbestos, lead, mold, etc). Remediation shall be performed by the construction contractor. As part of initial design development, A/E shall review proposed site and evaluate feasibly and constructability as well as suggest potential alternatives. Construction will consist of, but is not limited to, the following: replacement or relocation of MEP equipment ( i.e. generator, chillers, and air handler units) necessary demolition and removal; new and reconfigured partitions; mechanical, plumbing, lighting, fire protection, and electrical systems upgrades (as necessary); new interior finishes to ceiling, walls, and flooring; new casework; site preparation for Choice dining equipment and dining furnishings; new windows for the new construction, new signage and wayfinding, repair of existing concrete structural members as required, repair of existing concrete slabs as required, landscaping and irrigation. Construction shall include the abatement of any asbestos as identified on the provided drawings. The construction of this project will take place in a very busy occupied building and is to be completed to allow medical care functions to be maintained uninterrupted throughout construction necessitating carefully phased construction and coordination with VA COR/users. The A/E shall make investigations necessary to thoroughly evaluate the area, including interviewing the staff impacted because of this project. All design shall be in accordance with A/E Submission Instructions for Minor and NRM Construction Program, Program Guide PG-18-15, Volume C, all VA supplemental physical security directives, and provide commissioning in accordance with VA whole building commissioning manual requirements. A/E shall work in collaboration with VHA staff and State Historic Preservation Organization, SHPO, to mitigate and come to agreeable terms for historic buildings on the campus for any construction that may disrupt or change the appearance of historic buildings in the historic registry. The A/E shall produce documentation that they will upload to the SHPO website that clearly states the agreed upon terms. The A/E shall apply for SHPO approval at their web site, https://www.kshs.org/shpo, then provide the Government documentation of application and SHPO approval letter prior to changes to buildings, building material or landscapes. A/E shall design to Guiding Principles Compliance and Validation requirements within VA Sustainable Design Manual. Project shall follow Internal Certification for Minor projects AE to complete checklist and supporting documents and provide a copy to COR as well as email final check list to VA s Green Management Program (GMP) at Energy@va.gov . Anticipated time for completion of design is 365 calendar days including time for VA reviews. In accordance with VAAR 836.204, the estimated magnitude of the resulting construction price range is estimated to be between $10,000,000.00 and $20,000,000.00. The North American Industrial Classification System (NAICS) code is 541310, Architectural Services, small business size standard of $8.0 Million in average annual receipts for the preceding three years. Interested firms must be registered in https:www.SAM.gov with this NAICS code and qualified as a service disabled veteran owned small business under this NAICS code. Qualified service-disabled veteran owned small businesses are encouraged to respond and required to be registered in the VetBiz registry https://www.vetbiz.va.gov/ on or before the response date. In order to be considered, the A/E must have a working office located within 450 miles of the Wichita VA Medical Center located at 5500 E. Kellogg Ave, Wichita, Kansas 67218. The proximity of each firm which would provide the professional services and familiarity with the area in which the project is located. This distance is determined according to http://maps.google.com/ The response to this notice shall be in summary format and shall not exceed ten (10) total pages and include the following: Company name, DUNS number, verification of social economic category (SDVOSB), 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 Central on May 8, 2020 via e-mail to the Contracting Officer at sean.jackson@va.gov. PLEASE REFERENCE ""SOURCES SOUGHT: Project 589-703, Construct Addition and Renovate CLC for Patient Privacy and Rehabilitation Services B60 "" IN THE SUBJECT LINE and 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 Contract Opportunities website at https://beta.sam.gov/. The Contract Opportunities website is the only official site to obtain these documents. Contracting Office Address: Department of Veterans Affairs; Network 15 Contracting Office; 3450 S. 4th Street, Leavenworth, KS 66048 Point of Contact(s): Sean Jackson, Contracting Officer e-mail address: sean.jackson@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3617154aa8ff4ecd8d26db9a1c4e6928/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05625225-F 20200419/200417230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.