due today

C1DA--FIRST FLOOR X-RAY ROOM CC157-AE 553-CSI-022

From: Federal Government(Federal)
36C25024R0079

Basic Details

started - 27 Mar, 2024 (1 month ago)

Start Date

27 Mar, 2024 (1 month ago)
due - 30 Apr, 2024 (Today)

Due Date

30 Apr, 2024 (Today)
Pre-Bid Notification

Type

Pre-Bid Notification
36C25024R0079

Identifier

36C25024R0079
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103483)VETERANS AFFAIRS, DEPARTMENT OF (103483)250-NETWORK CONTRACT OFFICE 10 (36C250) (5709)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (1)

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.

36C25024R0079 553-CSI-022 1st Floor X-ray Site Prep CC157 VAMC Detroit, MI Page 2 of 8 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 553-CSI-022 1st Floor X-ray Site Prep CC157. 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 paragraph 5.8 of this notice. The Scope of Work for this project is as follows: 2.1. Provide Construction Documents for the site prep of existing space on the first floor for an X- Ray room, control room, changing space, possible bathroom, and refurbished waiting/check-in space at the John D. Dingell VA Medical Center, 4646 John R. Street, Detroit, Michigan 48201. 2.2. The primary objective of this project is to provide all procurement and architectural documentation and construction specifications for site prep of existing space on the first floor for an X Ray room, control room, changing space, possible bathroom, and refurbished waiting/check-in space. The area of renovation is approximately 1244 sf. The rooms affected are C1660, CC156, C1695, C1692, C1693, C1694, C1695, C1696 and CC157. These existing rooms are currently changing areas, hallways, waiting spaces, and a bathroom which require demolition and new work to create the X Ray room, and control room site prep. The work will also involve refurbishment to the adjacent waiting room and check in area which is affected by the new layout. All electrical, mechanical, architectural, and architectural work (lead lined walls, flooring, ceiling) shall be included in the design for construction. The design shall also include the replacement of the existing obsolete Pozlok sprinkler system in the affected fire zone area. 2.3 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 553-CSI-022 1st Floor X-ray Site Prep CC157, at the VA Medical Center in Detroit, Michigan. 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. Verification of SDVOSB status will be done via confirming current registration in the Veteran Small Business Certification (VetCert) https://veterans.certify.sba.gov/ upon receipt of the SF 330. Firms submitting a qualification package must also have a current registration in the System for Award Management (www.sam.gov). The awarded contract will be firm-fixed price. 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 the initial evaluation of the SF-330 s and determination of the highest rated firms. The highest rated firms will then be short-listed and invited to continue with Stage II of the selection process. All firms not short-listed will be notified at this time. Stage II consists of Interview/Oral Presentations for the short-listed firms and selection of the top ranked firm to receive the solicitation for pricing and conduct negotiations. 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. The evaluation will consider how each factor is addressed to coincide with the selection criteria. The evaluation factors listed below shall be addressed in Part H of the SF-330. 5.1 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. The specific disciplines which will be evaluated are Architects, Engineers, Estimators, CAD operators and Project Managers. 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, including, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. 5.2 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 projects 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. 5.3 Construction Period Services: 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. 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. 5.4 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. 5.6 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 AE's capacity to perform project work expeditiously. 5.7 Identify and describe the extent of your firm s commitment to the use of Service-Disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors/consultants. 5.8 Geographic Location: The Geographical requirement for the AE’s prime or branch working office to be within 300 miles is hereby changed from 300 miles to now read anywhere in the contiguous United States. However, the working office from which the prime AE firm performing the design from which site visits will be conducted during design and during construction shall be within 4 hours driving distance of the project location. Driving time will be calculated via the fastest route from the working office to the project location using Google Maps ‘Directions’ feature. A printout of the results shall be attached to the SF330 qualification package. The working office location must be listed in the SF 330 application and must also be registered in the System for Award Management (SAM www.sam.gov). Working office locations 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 will not be considered. Stage II: The shortlisted firms will be invited to present their qualifications in person to the Evaluation Board. Additional criteria will be provided to these firms, and they will be given approximately ten (10) calendar days to prepare for their Interview Presentations. After the Interview Presentations are concluded the firms will be evaluated and the top-ranked firm will be selected, sent a Request for Proposal, and subsequent negotiations to follow. Award selection will be made based on the results of the Interview Presentations only and not the SF-330 qualifications from Stage I. 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. Deliver via US Mail, FedEx, UPS, etc. (or hand-deliver) the original SF330 and three (3) copies to Department of Veterans Affairs, Network Contracting Office 10, located at the Domino Farms Office Complex, 24 Frank Lloyd Dr. Suite M2200 (Conference Room), Ann Arbor, MI 48105), Attn: Contract Specialist Angelo.Vivio@va.gov. The emailed file(s) size shall not exceed 20mb. The emailed SF330 may be provided in a zip file. The subject line of the e-mail should read 36C25024R0079 1st Floor X-ray Site Prep CC157 SF330 ). DEADLINE: The original and three (3) copies of the SF330 must be received at the address cite above by no later than April 30, 2024 in order to be considered. Questions and other inquiries are to be directed only via email to Contracting Specialist Angelo D. Vivio at Angelo.Vivio@va.gov. NOTES: 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.

VAMC Detroit  Detroit, MI ,
  48201  USALocation

Place Of Performance : VAMC Detroit

Country : United StatesState : MichiganCity : Detroit

Office Address : VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET DAYTON , OH 45428 USA

Country : United StatesState : OhioCity : Dayton

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode C1DAARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES