The RFP Database
New business relationships start here

VETERAN INTEGRATED SERVICE NETWORK (VISN) 23 ARCHITECTURAL & ENGINEERING (A/E) SERVICES MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACTS


Nebraska, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A SOURCES SOUGHT ANNOUNCEMENT to conduct market research for an the possible solicitation of Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Architect/Engineer requirements for the Department of Veterans Affairs, Network Contracting Office (NCO) 23. These Indefinite Delivery Contracts for Architect or Architect/Engineer firms will provide services within the VISN 23 Region of the United States, primarily at the following locations:
1. Des Moines, Iowa
2. Iowa City, Iowa
3. Knoxville, Iowa
4. Minneapolis, Minnesota
5. St. Cloud, Minnesota
6. Omaha, Nebraska
7. Grand Island, Nebraska
8. Lincoln, Nebraska
9. Fargo, North Dakota
10. Fort Meade, South Dakota
11. Hot Springs, South Dakota
12. Sioux Falls, South Dakota
13. Associated Community-Based Outpatient Clinics (CBOCs) and leases in the 8-state region of North Dakota, South Dakota, Minnesota, Iowa, Nebraska, Illinois, Wyoming, and Wisconsin.
14. VBA and Vet Center offices and facilities within VISN 23.

This sources sought is to find eligible small business firms that may be interested in participating in the solicitation process. Interested firms must be an Architect or Architect/Engineer Firm with an approved NAICS Code of 541310 and must have an established working office within the VISN 23 region. (See the attached VISN 23 Map). The final determination of acquisition strategy for this acquisition lies solely with the government.
This market research is for the potential award of up to five multiple award firm fixed-price IDIQ contracts in each of three distinct servicing areas within the VISN 23 footprint, each with a maximum amount of $10,000,000, with a base one year period and four (4), one year options. The firms must be capable of responding to and working on multiple task orders concurrently. Project sites will be located within the region. Services will be procured in accordance with PL 92-582 (Brooks Act) and FAR Part 36.
The firm, or team, should at least have the following licensed/registered specialty disciplines and be members of the firm, or team, with demonstrable expertise in their respective fields. Firms must have, either in-house or through consultants, (1) Architect; (2) Structural; (3) Civil; (4) Mechanical; (5) Electrical; (6) Environmental; (7) Value Engineering; (8) Cost Engineer; (9) Scheduler; (10) Risk Analyst; (11) Fire Protection; and (12) Historical Preservation. Members of the firm or team must be licensed or registered professional engineer.
Additionally, your firm or team must demonstrate architectural services with recent experience in the design and review of contemporary state-of-the-art medical facilities with additional experience with vertical expansion/integration along with phasing of on-going facilities operations, research facilities, long term care mental health and dementia, or similar complex healthcare projects. In addition, the firm or team must have recent experience with Building Information Modeling (BIM) in developing, reviewing, and interpreting projects from its initial conception through completion of documentation.
Type of services include, but may not be limited to, planning and programming, field survey; site and facility investigation; preparation of special technical studies; analyses of structural systems; feasibility and concept studies; material investigation and studies; preparation of engineering studies and/or investigation and preparation of A/E documents and reports for projects with associated structural, civil, landscaping, mechanical, electrical, environmental subsurface soil investigations and incidental work; preparation of design documents (designs, plans, specifications, cost estimates, and miscellaneous reports) to include building and ground alteration, maintenance, repair and minor construction; cost and schedule estimates; third-party design reviews; commissioning agent services; and monitoring and evaluating the construction progress for conformance to plans and specifications including review of required submittals by the contractor.
Prospective vendor 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, vendors 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 architects or architect/engineer firms, or teams, demonstrating the above capabilities and a planned approach to perform contract services should respond.
Sample Task Orders: Design programs; Schematic Design ; Pre-construction documents studies; Design Development; Construction Documents; Cost Estimates; Value Engineering; Construction Period Services; Construction Documents Peer Review; Specialty Consultant; Constructability Review; QA/QC; Construction Submittal Review; RFP for Design-Build; Facility Condition Assessments; Electrical Studies; and Design Services for Minor and Non-Recurring Maintenance Projects, Commercial office building design, commercial interior space planning, furniture design and layouts, and Creating Environmental Graphic Design of images.
All interested businesses are encouraged to respond to this announcement no later than August 11, 2017, 4:00 PM (Central Time), by submitting all requested documentation listed below via E-mail to gregg.sutcliffe@va.gov with the Subject Line insert AE-IDIQ (Company s Name).
Interested parties should register as an interested vendor and submit a capabilities package demonstrating the ability to perform work listed above. Packages should include the following information: (1) Business name, address and small business type, (2) a positive statement of your intention to submit an offer for this requirement as a prime contractor and/or teaming partners.
Any Pre-solicitation published as a result of this market survey will be synopsized and posted at http://www.fbo.gov under a separate pre-solicitation announcement.
Please note that this is not a Request for Proposal and the Government is seeking information for market research purposes only. The Government may or may not issue advertisements for the above A/E services.

Sources Sought Survey Page for
Request for Information Number: VA263-17-N-0182
Email to: gregg.sutcliffe@va.gov

Firm Name: ____________________________________
Phone Number:
Address:


Contact Name:
Business Type (mark all that apply)
Small Business
Service Disabled Veteran Owned Small Business
Veteran Owned Small Business
8(a)
HUBZone
Women Owned







Central Region office location:
Address: ______________________________________
______________________________________
______________________________________

Gregg Sutcliffe
CONTRACT SPECIALIST
402-995-4527

GREGG.SUTCLIFFE@VA.GOV

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP