SOURCES SOUGHT
C -- Renovate Building 9A for EHRM Administrative Space
- Notice Date
- 1/31/2022 10:57:10 AM
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36C77622Q0142
- Response Due
- 2/21/2022 1:00:00 PM
- Archive Date
- 05/31/2022
- Point of Contact
- Robin Cramer, Acquisition Specialist, Phone: 719-648-4016
- E-Mail Address
-
robin.cramer@va.gov
(robin.cramer@va.gov)
- Awardee
- null
- Description
- INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2), this Sources Sought Notice is for market research and information purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking qualified Architect-Engineering (A-E) firms to provide Architect/Engineer (A/E) services to renovate building 9A at the Carl Vinson VA Medical Center in Dublin GA (VISN 7) for EHRM Administrative Space in accordance with this design scope of work. PROJECT DESCRIPTION: PROCUREMENT INFORMATION: 1. A/E shall provide professional architect/engineer (A/E) services to include comprehensive project phasing recommendations, site assessment and investigation, review of existing telecommunication systems against applicable standards, planning, consultation and site visits, design work, hazardous material abatement plans, preparation of contract drawings and specifications for construction bidding, constructability reviews at each design review, design for accessibility for maintenance and operation of all systems, preparation of cost estimates including contractor bid analysis and recommendations, participation in the bidding process including responding to contractor requests for information (RFI), and participation in any pre-bid and pre-construction conferences. In addition, construction period services for demolition, construction, inspection, and testing of all work for project. This A/E service shall include all disciplines required, including architectural, structural, mechanical, electrical, and telecommunications. This work will include site visits for inspection services, asbestos and lead monitoring services, construction period services, and as-built drawings. The A/E will not depend on original construction or record drawings for information and is required to verify the information provided in field. The A/E shall evaluate and update electrical systems to meet the latest VA design criteria (Electrical Design Manual). The A/E must evaluate the electrical systems serving the design scope area to determine if there is enough, and provide modifications and extensions to the existing electrical systems, security system, communications system, fire / safety system, etc. The proposed project will be a competitive, firm-fixed-price contract for design outlined in FAR Part 36.6 Architect-Engineer Services Selection Procedures. The North American Industry Classification System (NAICS) code 541310 Architectural Services (size standard $8 million) applies to this procurement. This project is planned for advertising in January / February of 2022. The Period of Performance of the project is currently estimated at 195 calendar days from the issuance of a Notice of Award. Construction Period Services (optional Line Items) shall be performed for the length of time between the time the option(s) are exercised and acceptance of Construction Completion. The VA has 365 calendar days from final acceptance of the design to exercise the option(s) for Construction Period Services. However, the results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. CAPABILITY STATEMENT: Respondents shall provide a response to this notice that contains the following information: Section 1: Provide company name, DUNS number, company address, Point-of-Contact name, phone number and email. Section 2: Provide company business size based on NAICS code 541310. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.). Section 3: Provide a Statement of Interest in the project. Section 4: Provide the type of work your company has performed in the past in support of the same or similar requirement. Please provide the following in your response: A detailed description of no more than three (3) contracts that your company has performed within the last five (5) years that are of comparable size, complexity, and scope to this requirement. Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates. Additionally, please include an explanation of how the contracts submitted relate to the project described in this requirement. Describe specific technical skills and key personnel your company possess to perform the requirements described under description of work. Describe your Self-Performed effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. Section 5: Provide the offeror s current workload and availability of adequate staff to manage and complete this project within the period of performance outlined under procurement information. Section 6: Provide current professional certifications, as well as the offeror s Certificate of Authorization to provide Architecture and Engineering services in State. It is requested that interested contractors submit a response (electronic submission) of no more than 6 single sided pages that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Responses shall be submitted via email to the primary point of contact listed below by February 21, 2022 at 2:00 PM MST. No phone calls will be accepted. Questions regarding this Sources Sought notice may be submitted via email to the primary point of contact listed below. The Capabilities Statement submitted in response to this Sources Sought shall not be considered a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. At this time, no solicitation exists. If a solicitation is released it will be synopsized on Contracting Opportunities at https://sam.gov . It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Contracting Office Address: VHA Program Contracting Activity Central (VHA-PCAC) 6150 Oak Tree Blvd. Suite 300 Independence, OH 44131 Primary Point of Contact: Robin Cramer Acquisition Specialist robin.cramer@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b3b67e12b6994ae4bb9b91a0f547c904/view)
- Place of Performance
- Address: Carl Vinson VA Medical Center 1826 Veterans Boulevard, Dublin, GA 31021-3620, USA
- Zip Code: 31021-3620
- Country: USA
- Zip Code: 31021-3620
- Record
- SN06229077-F 20220202/220131230110 (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 |