C1DA--Site Prep for D758 & D759 (AE) 506-CSI-133

Agency:
State: Michigan
Type of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Posted: Mar 13, 2024
Due: Apr 12, 2024
Publication URL: To access bid details, please log in.
Follow
C1DA--Site Prep for D758 & D759 (AE) 506-CSI-133
Active
Contract Opportunity
Notice ID
36C25024R0067
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 13, 2024 07:41 am EDT
  • Original Response Date: Apr 12, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 20, 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:
    Ann Arbor, MI VAMC Ann Arbor , 48105
    USA
Description
PRE-SOLICITATION NOTICE (REQUEST FOR SF330s)

Page 5 of 5
Page 1 of
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 506-CSI-133 entitled Nuclear Medicine Site Prep at the Ann Arbor 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 506-CSI-133, Nuclear Medicine Site Prep at the Ann Arbor VA Medical Center.
The AE shall coordinate with the specified Medical Equipment provider and develop a suitable design for the proper and complete installation and successful operation of the new medical equipment being provided under a separate contract. The AE design shall include but not be limited to the following:

New layout of the space for the area identified by the VA for installation of this new equipment and any required space changes to adjacent areas as required to support this new equipment.
Planning with the VA and equipment manufacturer/supplier for proper workflow analysis of the space provided.
Include recommendations as needed for changes in space configuration.
Include recommendations as needed for changes in adjacent spaces.
Changes to electric Power in the area to support the new equipment and its ancillary systems.
Site prep as required for interlocking controls between the new equipment, any ancillary systems and any potential remote-control rooms as required per the equipment manufacturer.
Changes to the existing HVAC systems, meeting all applicable VA standards, as required to support modifications of the space and addition of this equipment.
Changes to controls and control sequences for any existing facility or medical systems which are impacted by this project.
Changes to medical gas systems.
Changes to fire protection systems.
Changes to domestic water systems.
Conduct a structural analysis to ensure existing building can handle the increase in weight bearing load from the required lead lining protection.
Involving the National Health Physics Program (NHPP) with the design of the project, and obtaining their design and specified shielding concurrence, no later than the 35% design phase.
Upgrade the departments ingress and physical security to restrict access to authorized personnel.

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. Weighting of the factors is provided below in descending order of importance. 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. Weight=25%

Specialized Experience: Describe specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Weight=25%

Past Performance: Describe past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. The evaluation of past performance 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 projects contained in the database and may include review of information obtained via customer inquiries, other Government databases, and any other relevant 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. Weight=20%

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. Weight=15%

Construction Period Services: Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates. Weight=8%

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. Weight=5%

Firm s Commitment to Small Business: The extent to which firms identify and commit to the use of Service-Disabled Veteran-Owned Small Businesses, Veteran-Owned Small Businesses, and other types of small businesses as subcontractors or consultants. Weight=2%

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 Ann Arbor 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. Weight=Not applicable (the location requirement is evaluated upon receipt of SF330 qualification packages and if the above stated criteria is not met the AE shall not receive further consideration).

Stage II: The AE firms selected to provide oral presentations and slated to 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. Use graphic presentations where such use will contribute relevant data. Supplemental past performance information and the Google Maps attachment will not count toward the 50-page limit.

Submittal instructions: The SF330s and any supplemental documentation shall be submitted to email address: william.krienke@va.gov. The subject line of the email shall read: SF330 Solicitation 36C25024R0067 Firm s Name . The package must be received No Later Than April 10, 2024, at 4:00 P.M. local time.

Questions and other inquiries are to be directed only via email to Contract Specialist at william.krienke@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
  • Mar 13, 2024 07:41 am EDTPresolicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Bid Number: 2023-093 Bid Title: Early Voting Equipment Category: Berrien County Bids Status:

County of Berrien

Bid Due: 12/20/2026

Follow BROAD AGENCY ANNOUNCEMENT U.S. ARMY COMBAT CAPABILITIES DEVELOPMENT COMMAND GROUND VEHICLE SYSTEM

Federal Agency

Bid Due: 1/02/2027

Follow Construct Readiness Center Active Contract Opportunity Notice ID W912JB-24-B-0001 Related Notice W912JB-23-B-0001

Federal Agency

Bid Due: 1/26/2027

Follow Construct Readiness Center Active Contract Opportunity Notice ID W912JB-24-B-0001 Related Notice W912JB-23-B-0001

Federal Agency

Bid Due: 1/26/2027

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.