C1DA--Right Size and Expand 506-24-101

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Michigan
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159347701840952
Posted Date: Jun 29, 2023
Due Date: Aug 1, 2023
Solicitation No: 36C25023R0191
Source: Members Only
Follow
C1DA--Right Size and Expand 506-24-101
Active
Contract Opportunity
Notice ID
36C25023R0191
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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 29, 2023 03:56 pm EDT
  • Original Response Date: Aug 01, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 08, 2023
  • 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:
    VAMC Ann Arbor Ann Arbor, MI , 48105-2303
    USA
Description
36C25022R0191 - Right Size and Expand - 506-24-101 - VAMC Ann Arbor, 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 506-24-101 Right Size and Expand - Market Based Emergency and Specialty Services. 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 7.g. of this notice.

The Scope of Work for this project is as follows:

2.1.1 The A/E shall investigate the existing conditions of the project boundary, evaluate and improve the overall infrastructure and design all associated systems in accordance with VA design guidelines, manuals and directives. Associated systems include but not limited to security, architecture, telecommunications/IT, mechanical, electrical, plumbing, interior design and all other designs.

2.1.2. The primary objective of this contract is to renovate existing space at the LTC Charles S. Kettles VA Medical Center to increase clinical functionalities and utilization to right size and expand market based emergency and specialty care services for the VISN 10 Mid-Michigan Market.

This project will renovate 21,000 (+/-) SF of existing space as detailed in the sections 2.1.2.a, 2.1.2.b, 2.1.2.c. The A/E shall include all phasing requirements within design, including all impacts to normal operation.

2.1.2.a. The Basement level of Building 1W will renovate 1300 (+/-) SF to add required services to the existing Emergency Department. The existing Emergency Department will be renovated to add a minimum of 5 triage exam spaces, modify/ relocate the patient check in desk located inside the waiting area to provide better staff and patient flow, relocate the AOD office and modify the existing ambulance entrance/triage area to allow for easier transition of beds in and out of the unit.

The space adjacent to the Emergency Department, 3800 (+/-) SF is currently utilized for the facility pharmacy cache, women s staff locker room, EMS and OIT storage. This area will be renovated to support the expansion of Emergency Department services adding a new diagnostic CT unit for expediting the evaluation of potential stroke, expand clean supply storage, incorporate staff office space and relocate/ right size the facility pharmacy cache.

An additional 1,000 (+/-) SF will be renovated on the basement level to support the relocations of the Agent Cashier, Women s Locker room, EMS and OIT storage.

The A/E shall analyze the existing mechanical, electrical, and plumbing systems that support these areas and provide the design of required systems. The locations mentioned in section 2.1.2.a require a full renovation including but not limited to, walls, windows, corridors, ceilings, and all finishes. The A/E shall design the space in accordance with VA design manuals and guidelines. This portion of the project will require phasing to maintain clinical operations during construction.

2.1.2.b. The 7th floor of Building 1E currently contains approximately 9,500 (+/-) SF of Cardiology procedural, specialty clinics, waiting and administrative space. This area will continue to be used as procedural, specialty clinics, waiting and administrative space but will be reconfigured to better utilize space and functionality adding an additional Cardiology Interventional Catheterization/ Angiography procedural room, renovate and right size rooms for tilt table procedures and complete any required changes for the implementation of rubidium and technetium use during stress testing procedures.

The A/E shall analyze the existing mechanical, electrical, and plumbing systems that support these areas and provide the design of required systems. The locations mentioned in section 2.1.2.b require a full renovation including but not limited to, walls, windows, corridors, ceilings, and all finishes. The A/E shall design the space in accordance with VA design manuals and guidelines. This portion of the project will require phasing to maintain clinical operations during construction.

2.1.2.c. The 7th floor of Building 1W, Cardiology Specialty Care clinic and administrative suites currently operate of out approximately 5400 (+/-) SF. These two areas shall be converted to one multi-use clinical area consisting of existing Cardiology specialty clinic functions and additional clinical space for TAVR evaluations, surface echo exams (TTEs) and flex examination space. The renovation will also include the rightsizing of waiting areas, staff work rooms and required clinical support utilities.

The A/E shall analyze the existing mechanical, electrical, and plumbing systems that support these areas and provide the design of required systems. The location mentioned in section 2.1.2.c. require a full renovation including but not limited to, walls, windows, corridors, ceilings, and all finishes. The A/E shall design the space in accordance with VA design manuals and guidelines. This portion of the project will require phasing to maintain clinical operations during construction.

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 SBA Veteran Small Business Certification (VetCert) database (Veteran Small Business Certification (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 with the weight assigned to each. 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.
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 pro-vided 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.

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.

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. Past performances older than 5 years won t be considered.

e. Geographic Location: Location in the general geographical area of the project.
Driving distance time shall be calculated and measured using the Google Maps
(maps.google.com) directions tool by entering the working office address as the
starting point and the medical center address. The resulting Best Route travel
distance, which is determined to be within (300) miles, shall be the official
calculation for the purposes of this factor to determine if the two-hour travel time
requirement is met. 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.

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.

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 Service-Disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors/consultants.

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 one (1) 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: Contracting Officer Richmond McCloud (Additionally, email a courtesy copy as a PDF file to wendell.fulcher1@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 506-24-101 - Right Size and Expand SF330 ). DEADLINE: The original and one (1) copy of the SF330 must be received at the address cite above by no later than 1 August 2023 in order to be considered.

Questions and other inquiries are to be directed only via email to Contract Specialist at wendell.fulcher1@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.
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
  • Jun 29, 2023 03:56 pm EDTPresolicitation (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 >