SOLICITATION NOTICE
C -- VAPAHCS Integrated Wayfinding Planning and Implementation Project (640-20-300)
- Notice Date
- 6/4/2020 12:01:03 PM
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26120R0032
- Response Due
- 7/20/2020 4:00:00 PM
- Archive Date
- 10/20/2020
- Point of Contact
- Dario Rissone
- E-Mail Address
-
dario.rissone@va.gov
(dario.rissone@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- This is a pre-solicitation notice under FAR 5.203(a), FAR 5.204, and FAR 36.601-1 of the Department of Veterans Affairs (VA), Network Contracting Organization 21 (NCO 21) intent to contract for architect-engineer services for the VA Palo Alto Health Care System (VAPAHCS) Project 640-20-300, Title: Integrated Wayfinding Planning and Implementation.� The North American Industry Classification System (NAICS) code for this procurement is 541310, Architectural Services, with the Small Business Size Standard of $8.0 million dollars. This master planning effort includes, but not limited to, Master Planning, Develop Standard Wayfinding campus maps for Palo Alto, Menlo Park, and Livermore Divisions.� Develop Wayfinding Management Plan that is updatable and sustainable for the Integrated Wayfinding program.�� The goal of the VAPAHCS Integrated Wayfinding Planning and Implementation Project is to develop a comprehensive wayfinding master plan, that builds upon the existing wayfinding systems and integrates new wayfinding tools and platforms, to improve the patient experience.��� The A/E firm shall provide services that include but are not limited to� facility/healthcare system strategic master and concept plans, review and consultation, environmental graphic design, signage planning, wayfinding tools and platforms, surveying and mapping. The Prime firm shall be a licensed/registered professional firm. Interested parties are advised that in keeping with the Veterans First Contracting program under 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70 and VA Procurement Policy Memorandum 2016-05 � Implementation of the Veterans First Contracting Program, the Contracting Officer has determined a reasonable expectation exists that two or more small business concerns owned and controlled by Service-disabled veteran-owned small business (SDVOSB) concerns will submit responses to the solicitation and that award can be made at a fair and reasonable price that offers the best value to the United States, therefore, the requirement will be set-aside for SDVOSB concerns. It is anticipated that a call for Standard Form (SF) 330s will be issued on or June 20, 2020.� It is the intent of the Government to make a single firm-fixed price A/E contract award for this requirement under the Brooks Act. This is a 15-day pre-solicitation notice provided for informational purposes only. This is not a solicitation for proposals and no contract will be awarded from this notice/synopsis, therefore no SF-330 form (or a response) is required at this time.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/17d3ded82602471f9e72f4224ae346d6/view)
- Place of Performance
- Address: 94304, USA
- Zip Code: 94304
- Country: USA
- Zip Code: 94304
- Record
- SN05680301-F 20200606/200604230152 (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 |