VA Professional Consulting Services BPA

expired opportunity(Expired)
From: Federal Government(Federal)
47PA0323R0005

Basic Details

started - 15 Feb, 2023 (14 months ago)

Start Date

15 Feb, 2023 (14 months ago)
due - 24 Feb, 2023 (14 months ago)

Due Date

24 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
47PA0323R0005

Identifier

47PA0323R0005
GENERAL SERVICES ADMINISTRATION

Customer / Agency

GENERAL SERVICES ADMINISTRATION (20121)PUBLIC BUILDINGS SERVICE (15795)PBS CENTRAL OFFICE (4484)

Attachments (3)

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.

UPDATE 2/15/2023: The Industry Day meeting PowerPoint slides and attendance roster have been added to this posting.UPDATE 2/13/2023: The purpose of this amendment is to publish industry day instrucitons for those attending in person. Virtual meeting login instruction will be published via email to those registered to participate virtually.Denver Federal Center, Building 41, West 6th Avenue and Kipling Street Lakewood, CO 80225Conference Room: Colorado Room on the 2nd Floor. Go up the stairs or elevator to the second floor. You will find the ambassador at the front desk, they will provide additional information. Employees and visitors must stop and show identification, (i.e., government ID or a valid driver's license) to enter at all gates. Visitors must enter at Gates 1, 4 or 5 only. Gate 1 Kipling near Alameda Ave. Lane 1 is for visitors, Lanes 2 and 3 are for employees. Lane 2 is the 24 hr key card access on weekends and after hours. Any weekend deliveries would come through Gate 1.
Hours of operation are from 6 a.m. - 6 p.m. Monday - Friday. Gate 1 is the only gate open on weekends and federal holidays. Gate 4 Union and Fourth Ave. Both employee and visitor entrance. No deliveries. Hours of operation are from 5:30 a.m. - 6:30 p.m. Monday - Friday. Gate 5 Union and Second Pl. Both employee and visitor entrance. No deliveries. Hours of operation are from 5:30 a.m. - 6:00 p.m. Monday - Friday. Visitor Parking in front of Building 41 or in the back of Building 41 as wellBuilding 41 Einstein’s Bros Bagels (First Floor) 7 a.m. - 1 p.m., Tuesday - Thursday.Visitor Map included in attachments for referenceUPDATE 1/24/2023: The purpose of this amendment is to clarify the number of VA regions (3), remove the projected BPA maximum, clarify the address of the industry day event, clarify submission requirements, and add verbiage regarding a project onboarding process. The number of VA Regions identified in this sources sought has been changed from four (4) to three (3).The projected up-to maximum value of the BPA has been removed from this notice.The address for industry day has been updated to: 1 DFC Building 41 - The Lodge Conference Room, Lakewood, CO 80215There is no page minimum or maximum limits for vendor responses to this sources sought.Notification of a projected onboarding process has been added to this sources sought.A section was added under the industry day paragraph regarding the information required to be submitted for attendees in advance of the event.Sources Sought – Professional Consulting ServicesProcuring Agency: General Services Administration (GSA), Public Buildings Service (PBS), Special Programs Division (SPD)Notice Type: Sources Sought/Request for InformationNAICS Code:541620 Environmental Consulting Services541330 Engineering Services 541611 Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services562910 Remediation ServicesTHIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT OR AGREEMENT SHALL BE AWARDED FROM THIS ADVERTISEMENT. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) NOTICE ONLY. NAICS 541620, Environmental Consulting Services, 541330 Engineering Services, 541611, Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services, and 562910, Remediation Services. Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. Large businesses please do not respond.GENERAL INFORMATION:As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals.OBJECTIVE:GSA is conducting a Sources Sought to identify Service Disabled Veteran Owned Small Businesses (SDVOSB) who possess the availability, capability and adequacy to provide professional consulting services as specified in this advertisement. This advertisement seeks information from the industry, which will be used for preliminary planning purposes. GSA’s intent is to determine whether there is a likelihood of obtaining a sufficient number of competitive quotes from small businesses to warrant limiting competition to small businesses. No quotes are requested or accepted with this notice.ZONAL: The BPA will be established by VA Region (One through Three) and allow for secondary call ordering procedures in which a BPA holder in one region may support the action of another region. STATEMENT OF NEED:The General Services Administration (GSA), Special Programs Division (SPD) Acquisition Management Branch has been tasked with establishing a single or multiple-award Blanket Purchase Agreement (BPA) for NAICS: 541620 - Environmental Consulting Services, to include National Environmental Policy Act Assessment, environmental studies, and cultural and historic preservation consultation and assessments, 541330 Engineering Services, 541611, Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services, and 562910, Remediation Services in support the Department of Veterans Affairs (VA) (and potentially other agencies).This is a firm fixed price BPA contract for five years (one year base and four one year options, if exercised). This contract is anticipated to be awarded in 2022 and completed in 2027. The primary call ordering procedure will limit calls to within the BPA Region (One through Three) defined in each respective agreement with a secondary ordering procedure in place for which a BPA holder may be requested to support a contracting activity in another region. There will be no stated minimum or maximum ordering limitations. The Agreement shall not obligate funds. The Government’s maximum liability for a resulting BPA is $0.00. The Government is obligated only to the extent of authorized call orders placed pursuant to the BPA, once established. It is the responsibility of the individual ordering activities to ensure adequate funds are available. There is no minimum guarantee under the BPA to be established.The period of performance for the BPAs shall be five years. BPA orders issued for professional consulting services are estimated to reach up to $36.5 million, cumulatively, for the base year and each of the four 1-year options.The Government anticipates the need for expanding the pool of vendors associated with this BPA and will provide for an onboarding process within the master BPA. Call order RFQs against the resultant BPA will be issued for level of effort quotes to perform project-specific statements of work. Quotes to Call Order RFQs will require the vendors to identify the job classification and level of effort for each person expected to perform to accomplish the statement of work from a list of disciplines such as those listed in Attachment A -Labor Categories The following specific tasks may be necessary:Environmental Condition of Property This section will include necessary documentation as it relates to the environmental condition of property. The contractor must perform a Phase I Environmental Site Assessment (ESA) and if necessary, a Phase II ESA. Options, if warranted, may include development of a Contamination Remediation Plan. Regulatory Requirements Report The contractor will identify all environmental protection permits required for construction and operation of the project under applicable state, federal, and local regulations that apply to federal actions. This report will also identify the applicable permit requirements that would potentially modify a project, and requirements that local municipalities would have to take as part of their interactions associated with utilities (for example, California Environmental Quality Act). Utilities: Identification and Capacity Report The contractor will identify the location of main line utilities (ex. potable water, irrigation, wastewater, electricity, gas, fiber optics, etc.), the existing capacity available to the site, and the local provider including a person of contact. The contractor will also identify distance to utilities with the capacity to support VA’s needs. Hydrology / Stormwater The contractor will provide a report documenting the hydrology of the site using existing information. The contractor will also evaluate the existing site design for the stormwater system. The contractor will identify the regulatory requirements associated with the proposed development and provide alternatives on how to meet the stormwater requirements. Local Stakeholders for Coordination/Involvement The contractor will identify key stakeholders regarding the proposed action. This will include US Congress, state, tribal, and local communities. The contractor will document any past controversial issues associated with development of the site and any community groups which could be contacted for project awareness and community involvement. Cultural and Archaeological Resource Survey / Section 106 Consultation Support Background Research The contractor will examine readily available data pertinent to the history, prehistory, ethnography, and environment of the study area, including but not necessarily limited to the (State Historic Preservation Office) SHPO, local public library, historical society, or local university to develop a general understanding of the site area and how it may have changed through time, to identify previously recorded archeological and historic properties, and to generate the information and perspectives needed to predict the likely presence or absence of resources and the likely character of impacts, if any. Identification of Experts and Interested Parties The contractor will identify experts and others likely to be interested in and knowledgeable about the history, archaeology, and culture of the area, including but not limited to relevant local government officials and offices (determine whether the study area is within the boundaries of a Certified Local Government (CLG), Indian tribal governments, academic interests, and state, local, and other historical, architectural, and archaeological organizations. Fieldwork The contractor will inspect the study area to the extent feasible from areas normally open to the public, and without conducting excavations or other modifications of the land, landscaping, buildings, or structures, to document the general character of each area and its buildings, structures, and other cultural features. Subsurface/Geotechnical Study The purpose of subsurface investigation is to determine the construction suitability of the proposed development. A site reconnaissance should be made by an engineering firm with geotechnical consultants to locate any surface conditions which would indicate specific areas of concern towards the building of structures. This shall be accomplished with the use of borings or supported by other suitable process, method, or technology (e.g., Ground Penetrating Radar). Topographic Survey Perform a topographic survey of the site in question. The contractor will set horizontal and vertical control (NAD 83 & NAVN 88), locate utilities, locate wetlands and respective buffer zones, and flood plains. Provide electronic documents via CADD, GIS, and PDF at a scale of 1’=30’. Endangered Species Act Biological Survey The contractor will conduct the following activities: • Review official species list(s) forwarded from VA or obtained from the U.S. Fish and Wildlife Service (FWS) through the Information for Planning and Consultation (IPaC) system for the proposed site(s) that identifies species protected under the Endangered Species Act. Obtain similar official list(s) from the state wildlife agency to identify species protected under state law. • Propose site survey plan(s) specific to the listed species. The contractor shall plan the survey in accordance with FWS and state agency input and applicable FWS and state species-specific survey guidelines. The contractor shall contact the regional FWS office and state wildlife agency when planning the survey to ensure that site survey methods are appropriate to determining the possible presence of the listed species for that site and document FWS and state agency feedback and concurrence. • Conduct research and site visits and collect field data to provide a biological survey of the site for the presence or likely presence of species listed under the Endangered Species Act and state laws. The contractor shall conduct the survey in accordance with the approved site survey plan. • Document findings in a biological survey/assessment report and effects determination in compliance with Section 7 of the Endangered Species Act. Wetlands Study Conduct an evaluation for the presence and jurisdictional boundaries of wetlands as described in the 1987 United States Army Corps of Engineers (USACE) “Corps of Engineers Wetlands Delineation Manual l.” The contractor will conduct the following activities: • Participate in communication with the VA regarding the site(s), potential wetlands, and the jurisdictional determination (JD), permitting, and mitigation processes. • Research and assemble readily available information such as soil surveys, topographic maps, historic and current aerial photographs, and National Wetland Inventory maps to preliminarily identify potential on-site wetlands and streams. • Field delineation of the remaining undeveloped site(s). • Delineate areas meeting wetland criteria utilizing the 1987 USACE Wetland Delineation Manual, any USACE regional supplement, and state or local definitions. • Provide a document that includes mapping of the wetlands and a report that will be used to support a JD from USACE and any local jurisdictions with permitting responsibilities associated with wetlands. • The boundaries of these areas will be located using GPS and mapped. • Provide all support required to attain a JD from USACE or the delegated state agency. Provide a draft completed JD application for VA review and approval. Submit the JD application to the state or USACE, as appropriate. • Based on the survey findings, if needed, draft a joint federal/state wetland permit application for the proposed project, including identifying proposed mitigation. Phase 1 Archaeological Survey Contractor shall conduct a controlled archaeological reconnaissance/survey on a site. The contractor should be prepared to survey the entire designated site following standard archaeological methods. The goal is to identify all types of possible historic and prehistoric archaeological resources within the designated property. Maps and specific boundaries of the property will be provided. The reconnaissance/survey shall be supervised by an archaeologist who meets the qualifications for a professional archaeologist under the Secretary of Interior’s Standards and Guidelines for Archeological and Historic Preservation, (48 FR 44716). The reconnaissance/survey must include a comprehensive visual inspection of the ground surface. Hazardous Material Survey The Contractor shall conduct a review of the existing hazardous material surveys and conduct additional surveys and samplings to confirm the potential presence of Hazardous materials. National Environmental Policy Act (NEPA) Environmental Assessment (EA) The contractor shall conduct the National Environmental Policy Act (NEPA) process to prepare a concise environmental assessment (EA) or Environmental Impact Statement (EIS), if necessary, for the proposed project, consistent with the NEPA regulations from VA (38 CFR Part 26) and the Council on Environmental Quality (CEQ) (40 CFR 1500-1508), as well as applicable CEQ and Agency NEPA guidance. If there is a state-specific NEPA-similar requirement at the proposed project location, process shall meet all state requirements as well, providing any additional discussion, documentation, analysis, or actions so that the EA process will efficiently meet both federal and state requirements. NEPA/state-NEPA coordinating information is available at https://ceq.doe.gov/laws-regulations/states.html. Traffic Study The contractor will perform a Traffic Impact Analysis and Parking Baseline study. This report will establish the baseline traffic information for the site. The contractor will also evaluate the potential traffic impacts associated with any proposed expansion and related increased traffic volumes including identifying Level of Service (LOS) impacts. The contractor will coordinate with state and local transportation agencies regarding study findings and potential mitigation options, if required. Baseline and Desktop Noise Analysis The contractor will perform baseline noise analysis regarding the existing noise at the site, proposed construction noise, and proposed action operational noise level. The report findings and advisement will include the local regulatory requirements. Baseline Air Quality and Recommendations Report The contractor will perform baseline air quality analysis regarding the existing air quality. The contractor will also document the air quality impacts associated with the proposed action construction and operation level. This may include a conformity analysis. Additional Section 106 Consultation Requirements Resolution of Adverse Effects The contractor shall, as a result of a finding of Adverse effects, assist the agency in drafting and developing appropriate mitigation documents within a Memorandum of Agreement (MOA) or Programmatic Agreement (PA) in accordance with section (36 CFR § 800.6) Resolution of Adverse Effects. The contractor shall assist the VA in determining which consulting parties should be signatories to any resulting MOA/PA. The contractor shall assist the VA in coordinating all consultations for MOA/PA including meeting minutes and records for the official file; assist in coordinating execution of MOA/PA. Draft for VA use scopes of work/contract language reflecting any agreed upon mitigation in MOA/PA. Compiling, reviewing and integrating comments and changes to the Agreements. Drafting final documents. Assisting in submittal of documents for final execution. Capturing notes, comments, questions mentioned and providing draft responses Phase II ESA The contractor shall provide Phase II ESA sampling as appropriate including use of field sample measuring instruments, soil boring equipment, dosimeters, and collection of samples for laboratory analyses. The Phase II ESA will be conducted in accordance with “ASTM E1903-19 Standard Practice for Environmental Site Assessments: Phase II Environmental Site Assessment Process.”Contamination Assessment and Remediation ReportsThe contractor will prepare a remediation plan addressing the sampling and analysis results and providing for remediation of the site to a level consistent with the proposed use. The plan will include an estimate of total waste volume and cost estimates. Real Estate SupportThe contractor shall provide real estate support in the following areas: ALTA Survey, Title and Closing Services, Pre- and Post-closing Services, and Market Research.Sources Sought RESPONSE:Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any RFPs posted as a result of this Sources Sought inquiry.Only an organization that is considered SDVOSB under the applicable NAICS should provide a response to this Sources Sought. Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm’s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following:Vendor Name and AddressCorporate phone number and email addressStatement of Interest in submitting a proposal for this requirement in response to an RFP which may be issuedNumber of years of experience providing the following services:National Environmental Policy Act assessments and preparation of official recordsCoordinating and executing (to include field work) of environmental studies in support of design and construction activities for the federal government (refer to specifics tasks listed above)Performing Environmental Compliance Assessments for construction projectsCorporate DUNS/SAM Unique Entity ID Number and NAICS Code(s)Socio-economic status (Service-Disable-Veteran-Owned, VOSB)Project information demonstrating corporate experience in delivering similar services including a brief statement as to why each project is relevant to this RFI notice and other relevant information such as any teaming or joint venture partners. In addition, include proof of satisfactory past performance on the referenced projects. Capability statement demonstrating ability to provide required technical disciplines as identified in the Statement of NeedDescription of successes in accomplishing multiple programs and projects with aggressive and overlapping performance periodsOther information deemed relevant by the Vendor for the Government’s considerationINDUSTRY DAYThe Government intends to host an industry day for the purpose of gaining industry feedback on the proposed scope of services identified under this requirement. The event shall be hosted at 1 DFC Building 41 - The Lodge Conference Room, Lakewood, CO 80215 on 15 February 2023 at 9AM Local. For interested vendors unable to attend, a virtual attendance option will be made available. Further details regarding this event, to include facility access requirements and conference room details, will be published closer to the date of the event.Interested vendors are required to submit the following information for each individual planning to be in attendance:Full NameCompanyPhone NumberEmail AddressThis information is due to the Contract Specialist, Aaron Lay, via email at aaron.lay@gsa.gov no later than close of business (COB) 07 February 2023.VENDOR NOTIFICATION:This Sources Sought is for information and planning purposes only and does not constitute a Request for Proposal (RFP) and is not to be construed as a commitment by the U. S. Government. If the Government determines to issue an RFP at a later date, based on responses to this Sources Sought, then the RFP will be issued via sam.gov. No award will be made as a result of this Sources Sought. All information is to be submitted at no cost or obligation to the Government. Any information that the Vendor considers proprietary should be clearly marked as such. All submissions become Government property and will not be returned, including any proprietary information. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Responses to this Sources Sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.Sources Sought responses shall be submitted no later than 24 February 2023 at 4 PM CST via email to the Contracting Officer, Tracy Maes, tracy.troncosa-maes@gsa.gov and the Contract Specialist, Aaron Lay at aaron.lay@gsa.gov.Vendors who do not respond to this RFI are not excluded from any resulting solicitation.Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought.Attachment A – Labor CategoriesProgram DirectorProject ManagerBiologist Senior/Mid/EntryArborist Surveyor Technical Editor Gis Tech/Analyst Senior/Mid/EntryPlanner Senior/Mid/EntryArchitect Senior/Mid/EntryAdministrative AssistantCost EstimatorPublications / Web page DrafterConservation Scientist Senior/Mid/EntryEnvironmental Scientist Senior/Mid/EntryEnvironmental EngineerHydrologist Senior/Mid/EntrySocioeconomist Geotechnical Engineer Senior/Mid/EntryHistoric Preservationist Senior/Mid/EntryArchaeologistNoise/Acoustical EngineerTraffic Technician Planner Senior/Mid/EntryTraffic/Transportation Engineer Senior/Mid/EntryElectrical Engineer Senior/Mid/EntryMechanical Engineer Senior/Mid/Entry

PBS CENTRAL OFC, SPECIAL PROG DIV 1800 F STS NW  WASHINGTON , DC 20405  USALocation

Place Of Performance : PBS CENTRAL OFC, SPECIAL PROG DIV 1800 F STS NW WASHINGTON , DC 20405 USA

Country : United StatesState : District of Columbia

You may also like

ESIP Support Services Multiple Award BPAs Call Order 80NSSC24FA484

Due: 11 May, 2024 (in 16 days)Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

Grant Writing, Planning, and Consulting Services

Due: 29 Apr, 2024 (in 4 days)Agency: Lorain Metropolitan Housing Authority

PROFESSIONAL CONSULTING SERVICES

Due: 12 Sep, 2024 (in 4 months)Agency: INTERNAL REVENUE SERVICE

Please Sign In to see more like these.

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

Classification

naicsCode 541330Engineering Services
pscCode R425Engineering and Technical Services