Rhode Island Bids > Bid Detail

C1DA--650-13-103 AE 5A CLINIC SPACE

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159914413309667
Posted Date: Nov 22, 2022
Due Date: Dec 7, 2022
Solicitation No: 36C24123R0011
Source: https://sam.gov/opp/f62f7bce5d...
Follow
C1DA--650-13-103 AE 5A CLINIC SPACE
Active
Contract Opportunity
Notice ID
36C24123R0011
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 22, 2022 07:26 am EST
  • Original Response Date: Dec 07, 2022 03:30 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 16, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Department of Veterans Affairs Building 1 Wing 5A Clinic Space Providence, , RI 02908
Description
Sources Sought A/E Firms
Introduction
Network Contracting Office 1 (NCO 1), supporting VA New England Healthcare System (VISN 1) and VA Providence Medical Facility (Providence, RI), is seeking potential sources for an upcoming requirement for Architect and Engineering Services. THIS NOTICE IS NOT A REQUEST FOR QUALIFICATION STATEMENTS (SF330). This notice is a market research tool and has not been set-aside for any small business category, however the notice is issued to determine appropriate set-aside categories. Responses to this notice, in conjunction with other Government market research resources, will be used by the contracting officer to determine the applicable socio- economic set-aside for the procurement.
Failure to respond to this notice will not impact consideration of architect and engineer firms (or joint ventures) which otherwise meet set-aside requirements and submit responses to the follow-up public announcement. Once the appropriate set-aside is determined, a separate public announcement requesting qualification statements (SF330s) will be publicized on Contract Opportunities in accordance with 40 U.S. Code § 1101 and FAR 36.601.
General Project Description and NAICS
Synopsis of required services (See attachment for full statement of work): Provide all professional architectural and engineering (A/E) services necessary to develop complete drawings, specifications, cost estimates, construction schedules, project phasing, investigations, site visits and construction period services associated with Project Number: 650-13-103, for Independent Peer Review of 5A Improved Clinic Space at the VA Providence Medical Facility, 830 Chalkstone Ave, Building 1, Providence, RI). Conduct preliminary project scope meetings and site survey investigations to develop the necessary elements for consistent design with the VA s project team goals as prioritized during preliminary project meetings, field surveys and studies.
This project shall provide Architect/Engineer professional services to conduct an independent peer review of the Final Construction Documents for the planned Renovate Wing 5A Improved Clinic Space construction project located in Building 1 at the Providence Veterans Affairs Medical Facility, Providence, Rhode Island.
The project intent includes but is not limited to: Wing 5A of the 5th floor, approximately 8,800 square feet, is proposed to be fully renovated to update the existing clinical space with various medical specialty rooms. To accomplish this work, extensive demolition and construction is required including work in areas of the 4th and 6th floors.
The peer view shall consist of drawings, specifications, and cost estimates. The intent of the peer review is to verify that the A/E of Record s submission meets the Department of Veterans Affairs (VA) Submission Requirements and that the construction documents comply with applicable Federal, State, and local building codes, adherences to acceptable standards of professional design practice, and that the documents accurately describe, delineate, and detail the scope of the pending construction project resulting in a set of plans and specifications that are both biddable and buildable. Specific information on contract deliverables is prescribed in VA Program Guide PG-18-15: Minimum Requirements for A/E Submissions, Volume C.
Magnitude of construction is between: $5M and $10M.
This procurement for Architect & Engineering services is assigned NAICS 541330 Engineering Services which has SBA small business size standard of $22.5 million in average revenue.
Information Sought
The Government requests a letter of interest (or similar document) with responses to the following:
1. State your firm name (as it appears in SAM.gov), firm office location where these services will be performed from, DUNS number, and socio-economic status of the firm (i.e. verified SDVOSB, WOSB, SB, large business).
2. Provide a brief narrative on the firm s experience providing services similar to those described in the attached statement of work.
3. What would be the expected make-up of the firm s team in terms of socio- economic categories and estimated percentage of work to be completed by your firm and each subcontractor?
If the procurement is set-aside for any category of small business, generally fifty percent of more of the work would need to be performed by the contractor or a similarly situated subcontractor in terms of percentage of cost. For instance, if set-aside for service- disabled veteran-owned small business (SDVOSB), 50% or more of the contract would need to be performed by verified SDVOSBs no other small
business categories would count towards the percentage. If set-aside for small business, 50% of the contract would be required to be performed by small businesses which would include performance by a verified SDVOSB because they are also a small business. If the procurement is not set- aside and reaches certain dollar thresholds, the Government would negotiate an acceptable subcontracting plan to utilize small business concerns.
4. A brief statement of overall interest in the project and capability and capacity of performing the work in conjunction with ongoing projects.
5. Any additional capabilities statements or other documentation that you feel will assist the Government in performing market research and determining the appropriate set-aside.
Submission Instructions
Interested parties are requested to submit the requested information not later than 02 DEC 2022 at 3:30PM EST to Kathleen Mills via email to kathleen.mills@va.gov.
Please include 36C24123R0011 - Sources Sought Response in the title of the email. The response burden to this notice is expected to be light; lengthy responses are not expected but no maximum page count is assigned. Please keep responses below 7MB or send multiple emails appending to the email subject 1 of n as appropriate. Please contact Kathleen Mills at the email above with any questions.
Attachment:
1. SOW 650-13-103
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 22, 2022 07:26 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >