South Dakota Bids > Bid Detail

C1DA--FY24 A/E IDIQ Pool 2 (SD/NE/DM) (VA-24-00000075)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159511266586354
Posted Date: Oct 17, 2022
Due Date: Nov 16, 2022
Solicitation No: 36C26323R0003
Source: https://sam.gov/opp/f9a37f8f26...
Follow
C1DA--FY24 A/E IDIQ Pool 2 (SD/NE/DM) (VA-24-00000075)
Active
Contract Opportunity
Notice ID
36C26323R0003
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 23 (36C263)
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) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Oct 17, 2022 02:40 pm CDT
  • Original Response Date: Nov 16, 2022 10:00 am CST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 14, 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:
    VAMC Locations in Nebraska, South Dakota, and Iowa ,
Description
This sources sought announcement is to conduct market research for the Department of Veterans Affairs (VA), Network Contracting Office (NCO) 23 which is seeking Service Disabled Veteran Owned Small Business (SDVOSB) Architectural & Engineering (A/E) Firms to perform services in support of the Veterans Integrated Service Network (VISN) 23 healthcare systems at the following locations:

Grand Island, Nebraska
Omaha, Nebraska
Des Moines, Iowa
Sioux Falls, South Dakota
Fort Meade, South Dakota
Hot Springs, South Dakota

The VA anticipates awarding up to ten firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contracts, each with a total value of $75,000,000 covering a five-year ordering period. The VA is seeking interested A/E Firms that are a certified SDVOSB through the Vets First Verification Program with an approved NAICS Code of 541330; have an established working office within the VISN 23 region (see the attached VISN 23 Map); capable of responding to and working on multiple task orders concurrently; and have the capability to perform type A , B or C services which are described below:

Type A Services - This work includes pre-scope field investigations (site visits) and surveys (topographic, geotechnical, chemical, site utilities, existing mechanical etc.), energy modeling/analysis, programming, commissioning, and similar fact-finding surveys of the site to provide reports of existing conditions on which to base proper design; and similar services not involved in the preparation of designs, plans, drawings, and specifications.

Type B Services - Type of services include, but may not be limited to, plans, drawings, estimates, specifications, submittal register, comprehensive interior design, field survey and investigation, cost estimates. Cost estimates to include all: material, labor, other direct costs, overhead profit, and bonding. Phasing plans, mitigation, and energy must be considered and requires up front analysis and planning. Construction work may be in operational Medical Centers and every effort will be made to interface construction with Medical Center operations. To minimize impact, this means the preparation of detailed phasing plans, including associated moves. Phasing plans will show exact areas of work along with specific outage times, infection control risk assessment (ICRA) mitigation measures (including specific dust, noise, debris control), interim life safety measures (ILSM) which provide for specific measures to mitigate any reduction in fire protection features (i.e., exits out of service, fire sprinkler removal, etc.). Utility outages will be carefully planned and described in the Construction Documents to allow all OSHA required safety measures to be maintained while continuing Medical Center operations.

Type C Services - Project Management, construction management, inspecting monitoring, commissioning, and evaluating design and or construction activities to validate conformance to scope of work, plans and specifications, evaluating product submittals, shop drawings, and drafting RFI responses.

These A/E services are required to be performed or approved by a licensed or registered professional engineer. The firm should at least have the following licensed/registered specialty disciplines and be members of the firm or consultants of - with demonstrated expertise in their respective fields. A/E Firms must have, either in-house or through consultants the following disciplines:

Architect
Structural
Civil
Mechanical
Electrical
Environmental
Value Engineering
Cost Engineer
Scheduler
Risk Analyst
Fire Protection
Historical Preservation.

Interested A/E Firms shall have a proficiency in healthcare facility design and related healthcare
regulatory bodies and must be able to accommodate planning and strategies for projects in a fully
functional healthcare facility. In addition, A/E Firms shall have a proficiency in campus
infrastructure planning, programming, design, and construction to include, but not be limited to,
boilers, chillers, electrical distribution, water and wastewater distribution, parking garages,
grounds, and roads/sidewalks. Only A/E Firms demonstrating the above capabilities and a planned approach to perform these services should respond.

All interested A/E Firms are encouraged to submit a capabilities package in response to this sources sought announcement no later than November 16, 2022 by 10:00 AM (Central Time) via email to daniel.kinney@va.gov with the Subject Line insert FY24 AE-IDIQ (Company s Name).

Capabilities packages should include the following and be no more than four pages in length:

Business name, address, and small business type
A positive statement of your intention to submit a qualification package in response to a possible solicitation for this requirement.
A brief explanation of past performance or current contracts which clearly articulates the ability to perform the services described above.

Any pre-solicitation published as a result of this market survey will be synopsized and posted on Federal Contract Opportunities.
This is not a request for proposals. The Government is seeking information for market research purposes only.
Attachments/Links
Attachments
Document File Size Access Updated Date
VISN 23 Map June 2022.pdf (opens in new window)
3 MB
Public
Oct 17, 2022
36C26323R0003.docx (opens in new window)
27 KB
Public
Oct 17, 2022
file uploads

Contact Information
Contracting Office Address
  • 316 Robert Street N Suite 506
  • Saint Paul , MN 55101
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 17, 2022 02:40 pm CDTSources 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 >