Michigan Bids > Bid Detail

C1DA--Renovate CLC Basement Buildings 515-25-209

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159369905606544
Posted Date: Feb 16, 2024
Due Date: Mar 18, 2024
Source: https://sam.gov/opp/86701e3620...
Follow
C1DA--Renovate CLC Basement Buildings 515-25-209
Active
Contract Opportunity
Notice ID
36C25024R0097
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 16, 2024 01:58 pm EST
  • Original Response Date: Mar 18, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 25, 2024
  • 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:
    Battle Creek, MI VAMC Battle Creek , 49037
    USA
Description
PRE-SOLICITATION NOTICE (REQUEST FOR SF330s)

The Department of Veterans Affairs (DVA) Network Contracting Office 10 is seeking qualified Architect -Engineering (AE) firms to submit Standard Form 330 (SF330) Architect / Engineer Statement of Qualifications for architectural and engineering (AE) services for the project 515-25-209 entitled Renovate CLC Basement Corridors at the Battle Creek VA Medical Center. Firms submitting qualification packages must comply with Federal Acquisition Regulation (FAR) 52.236.25 Requirements for Registration of Designers whereby Architects and Engineers must be registered to practice in the particular professional field involved in a State (the full text of the clause can be read at acquisition.gov). Architects and Engineers performing work on projects must be registered in the State of Michigan (the laws of the State of Michigan regarding registration of architects and engineers applies). Also see geographic location and office location restrictions in section 5 of this notice.

The Scope of Work for this project is as follows:

The Architect/Engineer shall provide design services necessary to furnish: Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 515-25-209, Renovate CLC Basement Corridors at the Battle Creek VA Medical Center.

This project will provide new floor and wall finishes along with new lay-in ceilings in the basement corridors for approximately 1,880 sf in Building 82, 1,416 sf in Building 83, and 1,750 sf in Building 84. The design will also identify surface mounted devices and conduit and have them recessed in the wall prior to new finishes being installed. Finally, the design will identify any light fixtures or HVAC grilles/diffusers that should be replaced due to their condition. Phasing of the work in the corridors shall be in such a way to disrupt daily operations and patient care as little as possible and shall be included in the bid documents.

Existing conditions vary from building to building. Existing walls include solid block, tile, plaster, and gypsum board. The existing floors include vinyl tile and finished concrete. At the Schematic design submission, the AE will provide at least 3 options of proposed material and color configurations that comply with VA design guidelines and standards of the Medical Center. New Ceilings shall be installed as high as possible.

Set-Aside Information: This procurement is a Total Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) AE firms. The primary North American Industry Classification System (NAICS) Codes is 541310, Architectural Services. AE firms submitting qualification packages must be a certified SDVOSB registered in the SBA Veteran Small Business Certification (Veteran Small Business Certification (sba.gov) prior to the deadline established for receipt of packages. AE firms must also have a current and valid registration in the System for Award Management (SAM.gov | Home) for the primary or branch office address from which the work is going to be performed.

This procurement will be following the procedures established in the Brooks Act, Federal Acquisition Regulation (FAR) 15, FAR 36.6, and Veterans Affairs Acquisition Regulation (VAAR) 836.6. The selection process will be made using a two-stage process. Stage I consists of evaluation of all SF330 packages submitted by AE firms deemed qualified by the Source Selection Evaluation Board (SSEB) to determine the competitive range. Those firms determined to be in the competitive range will be invited to participate in Stage II of the selection process by providing oral presentations and be interviewed by the SSEB to arrive at the number one most highly qualified firm who will then receive a solicitation to provide a fee for the services established by the scope of work.

Stage I: Firms responding to this notice will be evaluated and ranked using the selection criteria listed below. The factors are listed in descending order of importance with. The evaluation factors listed below shall be addressed in Part H of the SF-330.

Professional Qualifications: Describe the firm s professional qualifications necessary for satisfactory performance of required services. The qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. All key personnel for whom resumes are provided shall be shown on the organizational chart in Section D of SF 330, Part 1.

Specialized Experience: Describe specialized experience and technical competence in the type of work required.

Firm s Capacity: Describe the firm s ability to accomplish the work in the required time commensurate with the scope of work, including existing workload that may limit the firm s capacity to perform project work expeditiously.

Past Performance: Describe past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with schedules. Offerors will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided via the Contractor Performance Assessment Reports System (CPARS) for projects listed in Section F of the SF330 as well as any other pro-jects contained in the database and may include review of information obtained via customer inquiries, other Government databases, and any other relevant other information available to the Government. Project past performance references older than 5 years will receive a lesser weight than those references for projects accomplished within the past 5 years.

Geographic Location: Location of the primary or branch working office listed in the SF330 of the prime AE firm in the general geographic area of the project and should have knowledge of the locality of the project. The prime AE firm's primary or branch working office from which the project design work is to be performed shall be located within 300 miles driving distance of the Battle Creek VA Medical Center. Driving distance shall be calculated using Google Maps 'best route' feature from the prime AE firm's primary or branch working office from which the design work is to be accomplished as listed in the SF330. A copy of the Google Map result shall be included with the qualification package submission. Any AE firm's primary or branch working office from which the design work is to be accomplished is not registered in SAM shall result in the entire SF330 submission being determined as not having met the requirements of this pre-solicitation announcement and shall not receive further consideration.

Construction Period Services: Include professional field inspections during the construction period, review of construction submittals, support in answering requests for in-formation during the construction period, and support of construction contract changes to include drafting statements of work. The general workload and staffing capacity of the design office which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated.

Management Plan: Describe the firm s general project management philosophy, including the approach that will be used to meet the needs of the scope while controlling the schedule and budget. Include a description of the proposed communication plan between project leadership, the design team, subconsultants, and the Government.

Firm s Commitment to Small Business: Identify and describe the extent of your firm s commitment to the use of SDVOSB, VOSB, and other types of small businesses as subcontractors.

Stage II: The AE firms selected to provide oral presentations and be interviewed by the SSEB will be provided additional evaluation criteria to address in their presentation and will be given sufficient time to prepare. After final evaluation of the firms providing presentations a final ranking of the firms will be conducted and the number one ranked firm will be provided the opportunity to provide an AE fee proposal. The non-selected firms will be notified and given the opportunity to request a debrief.

The submission must include a fully completed Standard Form (SF) 330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp). The SF330 shall not exceed a total of 50 pages in a common font, size 11 or 12, single spaced. Use graphic presentations where such use will contribute relevant data. The background color of each page of the submission shall be white or ivory stock only. A page is defined as each face of an 8.5 X 11-inch sheet of paper containing information. Supplemental past performance information and the Google Maps attachment will not count toward the 50-page limit.

Submittal instructions: The SF330s shall be submitted to email address: terrance.deininger@va.gov. The package must be received No Later Than 03/18/2024 at 4:00 P.M. ET.

Questions and other inquiries are to be directed only via email to Contract Specialist at terrance.deininger@va.gov.

NOTE: THIS PRE-SOLICITATION NOTICE IS SUBJECT TO AMENDMENT. MONITOR THIS ADVERTISEMENT AND SUBSCRIBE TO SAM.GOV TO INSURE NOTIFICATION OF ANY AMENDMENTS OR OTHER CHANGES TO THIS ADVERTISEMENT.
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 16, 2024 01:58 pm ESTPresolicitation (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 >