Virginia Bids > Bid Detail

C1DA--523A5-22-001 | A/E - Roof Replacement Building 4 and 22

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159175163869206
Posted Date: Jan 6, 2023
Due Date: Jun 22, 2022
Solicitation No: 36C24122R0128
Source: https://sam.gov/opp/85735dc656...
Follow
C1DA--523A5-22-001 | A/E - Roof Replacement Building 4 and 22
Active
Contract Opportunity
Notice ID
36C24122R0128
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 06, 2023 03:38 pm EST
  • Original Published Date: Jun 14, 2022 05:35 pm EDT
  • Updated Response Date: Jun 22, 2022 01:00 pm EDT
  • Original Response Date: Jun 22, 2022 01:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 31, 2023
  • Original Inactive Date: Sep 20, 2022
  • 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:
    • 541310 - Architectural Services
  • Place of Performance:
    VA Boston Healthcare System Brockton Campus , 02301
    USA
Description
Introduction
Network Contracting Office 1 (NCO 1), supporting VA New England Healthcare System (VISN 1) and VA Boston Healthcare System (Brockton, MA), 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 Roof Replacements for Buildings No. 4 and 22 at the Veterans Administration, Boston Healthcare System (VA BHS), Brockton Campus, 940 Belmont Street, Brockton, MA. 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 update and replace the existing roofing for Buildings No, 4 and 22 through the design and construction.
The project intent includes, but is not limited to:
The A/E contract shall evaluate and perform a complete survey of the existing conditions of work area and provide preliminary report to be reviewed and evaluated by the VA Management. Upon approval the A/E shall develop and prepare the construction documentation package.
Perform complete existing conditions assessment of work area to generate cost estimate for work to be performed by construction contractor.
Perform Core Cuts and Infra-Red Scans for each roof section.
Generate specification package for construction of project using VA standard specifications.
Prior to Design implementation, the A/E shall conduct Asbestos and PCB Sampling for any of the old caulking, asbestos sampling of the core cuts and asbestos sampling of any of the roof cement mastic. Results to be submitted to the VA prior to the initiation of the design.

Magnitude of construction is between $2M and $5M.

This procurement for Architect & Engineering services is assigned NAICS 541310 Architectural Services which has SBA small business size standard of $11 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 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 28 JUN 2022 at 5:00PM EST to Michael Crafts via email to michael.crafts@va.gov. Please include 36C24122R0128 - 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 Michael Crafts at the email above with any questions.
Attachments/Links
Contact Information View Changes
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >