SOURCES SOUGHT
C -- Request for Marketplace Engagement for A-E Design Services for a New Research Laboratory, Outpatient Clinic and Administration Building to be located at the West Los Angeles Campus of the Veteran Affairs Greater Los Angeles Healthcare System (VAGLAHS)
- Notice Date
- 10/15/2020 9:04:59 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W075 ENDIST ALBUQUERQUE ALBUQUERQUE NM 87109-3435 USA
- ZIP Code
- 87109-3435
- Solicitation Number
- W912PP21R0001
- Response Due
- 8/14/2020 1:00:00 PM
- Archive Date
- 08/29/2020
- Point of Contact
- Michelle Kessinger, Phone: 5053423370
- E-Mail Address
-
Michelle.L.Kessinger@usace.army.mil
(Michelle.L.Kessinger@usace.army.mil)
- Description
- 1. General. This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information requests. 2. Notice Details. The U.S. Army Corps of Engineers (USACE), Albuquerque District (CESPA) has been tasked to identify interest in an Architect-Engineer (A-E) Multiple Award Task Order Contract (MATOC) for A-E services in support of the Veterans Administration Greater Los Angeles Healthcare System (VAGLSHS). This contract will be solicited and awarded in accordance with FAR Part 36 and the Brooks Act (Public Law 92-582). Responses to this Sources Sought announcement will be used by the Government to determine the appropriate level of small business participation and to develop the acquisition strategy decision. Prior Government contract work is not required for submitting a response under this sources sought synopsis. The purpose of this Sources Sought is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Economically Disadvantaged Woman-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The type of set-aside decision to be issued will depend upon the responses to this Sources Sought. The Government must ensure there is adequate competition among the potential pool of responsible contractors. The North American Industrial Classification Code (NAICS) for this requirement is: 541330, ""Engineering Services"". The related size standard is: $16.5M. 3. Project Scope. The Albuquerque District intends to acquire A-E Services for the design of a new research building, an outpatient building, and conversion of a building into an administration building at the West Los Angeles Campus of the Greater Los Angeles Veteran Affairs Campus in support of the Department of Veterans Affairs (DVA) mission. Professional services under this contract will primarily consist of the development of A-E studies and design activities. We are seeking information on the availability of design firms to perform design level services in support of this project. Work may include, but is not limited to: all types of architectural or engineering programming or design charrettes, studies and reports, preliminary and final designs to include cost estimates, plans and specifications, associated utility site surveys, and construction phase services. The following information is tentative and meant to provide interested firms with an idea of the general nature of the anticipated work. The Government reserves the right to update this information as project planning documentation is published and updated. The information below represents the most current information available and will be superseded upon the publication of the preliminary planning information which will be provided by the Government in the subsequent synopsis and request for SF330s: Anticipated Shared MATOC Capacity: NTE $215,000,000.00; the anticipated range of task orders from this contract is expected between $20,000.00 and $25,000,000.00. Anticipated Period of Performance: Base period of five (5) years with five (5) one-year options Estimated Construction Cost (ECC): The current ECC is over $500,000,000.00. Ref. DFARS 236.204 Disclosure of Magnitude. Anticipated Construction Strategy: The delivery method employed for the buildings has not been decided, it may be Design-Build or Design-Bid-Build. The anticipated MATOC capacity includes pre-design services, design services and construction phase services. However, the full capacity may not be required to complete the projects. Anticipated solicitation issuance date is 4th Quarter of calendar year 2020, and the estimated proposal due date will be 1st Quarter of calendar year 2021. The official synopsis citing the solicitation number will be issued on Beta SAM�at�www.beta.sam.gov. Project Details: The following information represents the various project objectives as they are currently known. The new replacement facility will consist of two distinct components or buildings consisting of a Wet Lab with Biomedical Laboratories and a Vivarium, and a Dry Lab with Desktop Research, Patient Assessment and Administrative spaces. The total area of the new facility is approximately 250,000 BGSF (Building Gross Square Feet). The new outpatient building will consist of facilities for same day treatment of patients.� This building is expected to be over 500,000 BGSF.� This building will consist of operating rooms, pharmacies, exam rooms, laboratories and other standard functions in a clinic setting. The third building will be the conversion of a 900,000 BGSF building with tower (5 stories) and 2 stories in the base to just the 2 story base.� The new facility will be used for training, office spaces and warehouse space. The overall goal of these facilities is to create a unified campus with a state of the art research laboratory, outpatient clinic, and administration building with coordinated utilities. Minimum capabilities required for this IDIQ contract include: Experience with designing research facilities. Experience with animal centric research facilities. Experience with California Building Standards Code. Ability to generate either a full comprehensive plans and specifications or a comprehensive criteria package to be used for a Design-Bid Build or Design-Build RFP Package. Preparation of plans, specifications, and construction cost estimates for research building that engage in animal and human medical research Project experience with planning, programming and design charrettes, comprehensive interior design, antiterrorism force protection design, medical facilities, landscape design, site surveys, and site development. The ability to accomplish cost estimates utilizing USACE M-II cost estimating software. Design of utility improvements projects. Performance of formal value engineering studies in accordance with value engineering methodology set out by SAVE International. Sustainability design using the United States Green Building Council LEED� rating system. Evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design. The ability to provide contract documents in AutoCAD � and MicroStation� , Building Information Modeling and Revit software and narratives compatible with Microsoft Word� format. Implementation of design quality management plans. Knowledge of the DoD's A/E/C CAD and BIM standards 4. Submission Instructions. Formal responses to this Sources Sought Notice must be submitted electronically (via email) with SUBJECT: Sources Sought - VAGLSHS A-E Design Services. Please email to Michelle Kessinger, Contract Specialist, at Michelle.L.Kessinger@usace.army.mil before 2:00 pm Mountain Daylight time, 14 August 2020. Interested parties' responses to this Sources Sought shall be limited to five (5) pages and shall include the following information: Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, EWOSB Provide a brief explanation of the prime firm's capabilities and functions to be self-performed as it pertains to the proposed work outlined in the Project Scope. Experience. a. Provide at least three A-E project examples, performed within the past 5 years, similar in size, scope, and complexity to the work described in this notice, with a brief description of each project, customer name, timeliness of performance, contract number, customer satisfaction, and the final project dollar value, or b. To the extent a firm does not have the ability to perform the entire scope of the Project as outlined in the Project Scope, include at least three relevant A-E project examples, performed within the past 5 years, demonstrating those portions of the requirement in which your firm is capable of fulfilling. Include a brief description of each project, customer name, timeliness of performance, contract number, customer satisfaction, and the final project value.��� The Government may verify information in CPARS or PPIRS. Firm's experience with the minimum capabilities included in this Sources Sought Notice. Firm's Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable. 5. Disclaimer and Important Notes. a. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's capabilities to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a formal synopsis, requesting SF 330s may be published on Beta SAM. However, responses to this notice will not be considered adequate responses to a formal synopsis. Firms responding to this sources sought synopsis who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. b. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the source selection process to be eligible for award of a Government contract.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/37db5c85b8af463cb27c1c0d71026569/view)
- Place of Performance
- Address: Los Angeles, CA, USA
- Country: USA
- Country: USA
- Record
- SN05829074-F 20201017/201015230141 (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 |