C--A/E Services for a USP 800 Compliance Study at the Tennessee Valley Healthcare System Campuses

expired opportunity(Expired)
From: Federal Government(Federal)
VA24917N0714

Basic Details

started - 11 May, 2017 (about 7 years ago)

Start Date

11 May, 2017 (about 7 years ago)
due - 18 May, 2017 (about 7 years ago)

Due Date

18 May, 2017 (about 7 years ago)
Bid Notification

Type

Bid Notification
VA24917N0714

Identifier

VA24917N0714
Department of Veterans Affairs

Customer / Agency

Department of Veterans Affairs
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

REQUEST FOR INFORMATION ARCHITECTURAL/ENGINEERING (A/E) SERVICES***THIS IS NOT A REQUEST FOR PROPOSALS***NO SOLICITATION PACKAGE OR BIDDER LIST WILL BE ISSUED.This Request for Information (RFI) shall not be construed as a formal solicitation or as an obligation in the part of the Government to acquire any products or services. Information provided to the Government as a result of this posting is strictly voluntary and given with no expectation of compensation and provided at no cost to the Government. The VA is interested only in identifying interested and capable contractors for this service as part of the market research effort.The purpose of this market research is to determine availability of competition, nationwide. One contract may be awarded provided the contractors prove to be highly qualified, meet the responsibility factors in FAR 9.104, are able to provide the needed services, and the award can be made at a fair and reasonable price to the Government. Requirements will be
defined by in the scope of work. The anticipated contract, when solicited, will be procured in accordance with the Brooks Act, 40 U.S.C § 11 (2015), as implemented in FAR Subpart 36.6. Firms will be selected based on their ability to demonstrate competence and qualifications for all of the required work elements. The Department of Veterans Affairs (VA), specifically Veterans Integrated Service Network (VISN) 9, is seeking information concerning the availability of capable contractors with the ability to perform Architect/Engineering (A/E) Design Services for a USP 800 Compliance Study at the TVHS VA Medical Centers, Nashville and Alvin C. York Campuses (Two (2) sites total, see a. and b. below). The A/E firm shall develop a successful plan to upgrade for USP 800 compliance at the Nashville and Murfreesboro Campus pharmacies. The TVHS USP 800 Compliance Study consultant shall provide all necessary A/E services and testing necessary to completely assess the pharmacy Compounding Sterile Preparations (CSP) area and adjacent impacted spaces to arrive at optimal solutions. The A/E shall provide space planning, concepts, technical reports, layouts, calculations and sizing, narratives, scopes of work, estimates, scheduling/durations and staging / phasing plans. Professional disciplines include, but are not limited to, USP design specialist(s), architectural, life safety, mechanical, plumbing, electrical, communications, security / access controls, and industrial hygiene.Tennessee Valley Health Care System (TVHS) Campuses:a. Nashville Campus Nashville, Tennesseeb. Alvin C. York VA Medical Center Murfreesboro, TennesseeIt is the intent of the VA to be USP 800 compliant by July 2018. The containment facilities are currently operating under USP 797. The A/E conducting this study will fully investigate, survey, interview key personnel, document existing conditions, including all systems, equipment and processes, in order to gain the knowledge and insight necessary to prepare quality reports and documents. The study will conclude with the submission, evaluation and revision of Design Development 1 documents. The VA intends to use the study plans and documents as the basis for design to procure A/E services to produce construction documents.Upgrade by adding USP 800 compliancePromote uniformity between the two TVHS campusesImprove flow and alleviate congestionImprove processes and staff efficiencyReduce downtime and improve reliabilityProvide for program growth and evolutionProvide secondary CSP provisions to be used temporarily during planned and unplanned outages.CONTRACT PERIOD: The anticipated contract will have a period of performance of 93 calendar days. Work shall start no later than 10 calendar days from award the date of award. Negotiations will be conducted for hourly rates, overhead, profit and other cost elements, which are particular to the contract, and prior to the anticipated contract award. The VA will issue a request for an A/E fee proposal that will include a scope of work for the requirement. The VA reserves the right to make multiple awards. DISTANCE REQUIREMENT: Firms must have an established and bonafide working office within the continental United States. Bonafide office, for the purpose of this RFI, is the office address of the prime contractor that is expressly referenced as the physical address under the prime contractor s System for Award Management s (www.sam.gov) entity record. The Government reserves the sole right to further verify the prime contractor s address, if necessary. SIZE STANDARD/NAICS CODE: This procurement will be conducted under the North American Industrial Classification System Code (NAICS) 541330, Engineering Services. The Small Business Size Standard is $15 million gross annual revenue for 541330. To be considered a Small Business under either of these NAICS Codes, the respondent's average revenue for the last three fiscal years cannot be more than $15,000,000.00. If the average revenue for the last three fiscal years is over $15,000,000.00 for 541330, the respondent is classified as a Large Business. Only the following information is requested at this time:1. Address;2. Applicable telephone numbers and e-mail addresses;3. Company name;4. DUNS;5. Point of contact;6. Socioeconomic status (I.E. Other than small business, SBA Certified Small Disadvantaged business, SBA Certified 8(a) Firm or SBA Certified HUBZone Firm, Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, Small Business, and Women Owned);7. Established and bonafide office s location/address; and8. Contractor s interest in providing services for USP Compliance Study for the aforementioned medical centers.Contract award is estimated to be June 2017.An electronic response is the accepted method to respond to this synopsis and is due on or before May 18, 2017 at 4:00 PM Central Standard Time. Interested firms should submit their information to Contract Specialist, Matthew Cox by email Matthew.Cox@va.gov . Contact Information: Matthew CoxContract Specialist Office Address :Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129 Location: Department of Veterans Affairs Medical Center Set Aside: Total Small Business

Tennessee Valley Health System (TVHS);Nashville Campus VA Medical Center;1310 24th Avenue, South;Nashville, TNLocation

Address: Tennessee Valley Health System (TVHS);Nashville Campus VA Medical Center;1310 24th Avenue, South;Nashville, TN

Country : United StatesState : Tennessee

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 541330 GSA CLASS CODE: C