Similar Projects
Silverpoint
New Construction, Demolition - 1,000,000 SF
Conception
Cleveland, OH 44122

A & E Multiple Award Task Order Contract (MATOC)
Design
$3,500 to $100,000,000 est. value

Central Region AE IDIQ
New Construction, Term Contract
Design
$25,000,000 est. value

Design - Provide, Design and Implement a Fire Station Alerting System
Renovation, Alteration
Bidding
$250,000 est. value
Cleveland, OH

Architectural and Engineering Services
New Construction, Infrastructure
Bidding
Cleveland, OH

Design and Construction Administration for its Athletic Facilities Improvements Project
Post-Bid
$6,500,000 est. value
Cleveland, OH 44112

Engineering, Planning and Development
Post-Bid

C--A and E Multi-Discipline for Implementation of Utilities Asset Management Systems for Navy Utilities Located Throughout the Naval Facilities Engineering Command Area of Responsibility, Worldwide.
Results
Less than $50,000,000 est. value

USCG Ocean Architect/Engineering IDIQ MATOC
Results
$3,500 to $2,500,000 est. value

MetroHealth Hospital
New Construction - 64,776 SF
Construction
$2,800,000 est. value
Cleveland, OH 44113

UH Parma Medical Center Surgery Department
Renovation - 40,000 SF
Construction
$27,500,000 est. value
Parma, OH 44129

Y1DA--Construction - Project 541-377 Expand SCI & Acute Special Programs Addition VAMC
New Construction, Addition - 12,000 SF
Design
$10,000,000 to $20,000,000 est. value
Cleveland, OH 44106

Rockefeller Greenhouse Improvements
Renovation
Bidding
$500,000 est. value
Cleveland, OH 44108

Y1da--Renovate & Reconfigure Clinical Services
Renovation
Post-Bid
Cleveland, OH 44106

C--Commissioning Authority (CXA) Services for the EPA
Results
$25,000 to $100,000,000 est. value

Last Updated 07/27/2022 01:32 AM
Project Title

RFQ Design - A/E Replace Andover Controls

Physical Address View project details and contacts
City, State (County) Cleveland Hts, OH 44106   (Cuyahoga County)
Category(s) Government/Public, Medical, Professional Services
Sub-Category(s) Architectural, Hospital, Military Facility
Contracting Method Competitive Bids
Project Status Construction start expected August 2023
Bids Due View project details and contacts
Estimated Value $1,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

REQUEST FOR SF330 1. INTRODUCTION: THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE in accordance with Public Law 109-461. This is a Request for SF330s for Architect/Engineer (A/E) Design Services for Project Number 541-23-203, Replace Andover Controls at the Louis Stokes VA Medical Center, 10701 East Blvd, Cleveland, Ohio 44106. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via Contracting Opportunities. A request for proposal will be issued directly to the most preferred firm for which negotiations will commence in accordance with FAR Subpart 36.6. The anticipated A/E design services, to be awarded, will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92- 582), Federal Acquisition Regulation Subpart 36.6, and VA Acquisition Regulation Subpart 836.6. 2. DESCRIPTION: The objective of this project is to provide A/E services in support of Replace Andover Controls [541-23-203] at Louis Stokes VA Medical Center. Period of Performance: 210 Calendar Days after Contractor s receipt of Notice to Proceed Estimated Magnitude of Construction: Between $500,000 and $1,000,000 (see FAR 36.204) Contract Type: Firm-Fixed-Price NAICS Code: 541310 Business Size Standard: $8 Million 3. VETBIZ & SAM: In accordance with VAAR 819.7003, at the time of SF330 submission and prior to award of any contract, the offeror must represent to the contracting officer that it is a (1) SDVOSB eligible firm; (2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and (3) SDVOSB listed as verified in VIP at: https://www.vip.vetbiz.va.gov/ Additionally, all eligible firms must be registered and current in the System for Award Management (SAM) database to be evaluated and eligible for contract award. If the firm is not registered in SAM, you may register online at https://www.sam.gov. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.sam.gov for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) 4. EVALUATION FACTORS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: Experience and Technical Competence (40% weighting) Professional Qualifications (30% weighting) Capacity (10% weighting) Past Performance (15% weighting) Geographic Location (5% weighting) Experience and Technical Competence (40% Weighting) in the design of a renovation project for Specialty Care space located on the Third Floor of the Louis Stokes Cleveland VA Medical Center. Work shall include programming, Design Submissions, Site Investigation/ Field Verification, Asbestos Testing, Construction Documents, Technical Specifications, Cost Estimates, Reports, System Integrator Services and Construction Administration Services. Include Government and private sector experience on projects similar in size, scope and complexity and experience with project phasing to maintain hospital operations during construction. The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, prior experience of the prime firm and any key subcontractors working together on relevant projects and familiarity with VA Design Guides/ Manuals, Master Specifications and other applicable standards. Offeror shall provide a Summary Page of its recent and relevant specialized experience and technical competence which is similar in size, scope and magnitude to this requirement. Relevant is defined as those task requirements identified in the RFP s Scope of Work. Recent is defined as services provided within the past five (5) years. Offeror shall provide a minimum of 3 projects but no more than five (5). Each project shall include the following: Project title, location and detailed narrative describing the scope of services provided including the type of work performed by the offeror and its role in the project i.e., Prime Contractor, Teaming Partner or Subcontractor Project Owner, owner s point of contact including telephone number and email addresses Services & Deliverables provided under the contract/ task order Period of Performance, including start and completion dates Total dollar value of the project Professional Qualifications (30% Weighting) necessary for satisfactory performance of required service. The Architects and Engineers on the firm s staff representing the project of signing/ stamping drawings in each discipline must possess a minimum of five (5) years of experience and are required to be licensed, registered or certified by a US state, the District of Columbia or a US territory. Provide professional license jurisdiction of issue and license numbers and/ or proof of licensure. At a minimum, the offeror shall describe the professional qualifications of project team and have not less than five (5) years of experience in the required disciplines. Disciplines required for this project include, but are not limited to: Architectural, Structural, Civil, Landscape, Electrical, Mechanical, Plumbing, Fire Protection, Industrial Hygiene, Life-Safety, Technology, Cost Estimation, Project Management, Construction Administration Services. The evaluation will consider education, certifications, training, registration, overall and relevant experience, longevity with the firm and history of working with other members of the team. Capacity (10% Weighting) to accomplish work in the required time. The evaluation will consider the firms number of current contracts, the firms plan and ability to meet the schedule of the overall project, as well as the available capacity of personnel in key disciplines in order to determine their capacity to complete the project work. Describe the firm s ability to accomplish the work in the required time, including existing workload from all private and public clients and awards of similar type to this project that may limit the AE s capacity to perform the project work expeditiously. Firms must address and demonstrate the capacity to execute several large Task Orders ($400,000 to $1,500,000 with a performance time of 90-260 calendar days) simultaneously. Past Performance (15% Weighting) on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. CPARS data or PPQs (if no CPARS data is available) must be provided for projects submitted under Factor 1 (Specialized Experience). Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, recommendation letters, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. The following information is required for all projects: contract/ task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional performance related from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. The Government reserves the right to also evaluate past performance on previously awarded federal task orders and any other information available. Note: We recommend you contact every reference listed and let them know we may contact them for information. Their timely replies would be appreciated. Geographic Location (5% Weighting) It is important that the offerors be responsive in a timely manner to being onsite to support this project. Offerors shall provide the travel time that the prime contractor and each of their subconsultants that need to be onsite are away from the Louis Stokes Cleveland VA Medical Center by car and air (if applicable). The SSEB will evaluate the lowest aggregate time from each offeror divided by the total number of prime/ subcontractors to arrive at an average travel time for that offeror. The SSEB will then rank the average travel time from each offer from the lowest to highest (the lower the time, the better the ranking). PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL evaluation factors above in order to rank interested and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part IA to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. Additionally, keep in mind the submission requirement restrictions outlined in #8 below when addressing evaluation factors. 5. SELECTION PROCESS: in accordance with FAR 36.6, SF330s will be evaluated by the evaluation board using the evaluation factors identified in this announcement. After SF330s have been evaluated, if the board intends on holding discussions or interviews at least three of the most highly qualified firms will be selected. After discussions conclude, the evaluation board will evaluate the qualifications of the firms using the same evaluation factors, taking into consideration both the SF330 submission and subsequent discussions, to select the most preferred firm from the firms considered to be the most highly qualified. 6. LIMITS ON SUBCONTRACTING: in accordance with VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside under 852.219-10(a)(1)(v), it states: The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable. For clarification, 13 CFR 125.6 states in the case of a contract for services (except construction), it (i.e. SDVOSB) will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 7. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows: Completed SF330s can be submitted via electronic mail to Jeremy Nee, Contract Specialist, at jeremy.nee@va.gov no later than August 15, 2022 at 2:00 PM EST. The SF330s are due on August 15, 2022 at 2:00 PM EST. Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: https://www.gsa.gov/forms-library/architect-engineer-qualifications). Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. 8. No Fax or Telephonic Responses will be accepted: No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only (jeremy.nee@va.gov). Telephone inquiries will not be honored. 9. VA Primary Point of Contact: - Jeremy Nee - Contract Specialist - Email: jeremy.nee@va.gov The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Joists, Metal Support Assemblies, Healthcare Metal Supports.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Doors and Frames, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances, Storefronts, and Curtain Walls, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Service Walls, Patient Bed Service Walls, Wall and Door Protection, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Protective Covers, Flagpoles.
Division 11 - Equipment, Mercantile and Service Equipment, Vending Equipment, Foodservice Equipment, Ice Machines, Cleaning and Disposal Equipment, Healthcare Equipment, Medical Sterilizing Equipment, Examination and Treatment Equipment, Patient Care Equipment, Operating Room Equipment, Solid Waste Handling Equipment.
Division 12 - Furnishings, Window Treatments, Window Blinds, Casework, Furniture, Office Furniture, Seating, Institutional Furniture, Healthcare Furniture, Multiple Seating.
Division 13 - Special Construction, Radiation Protection.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Healthcare Plumbing Fixtures, Drinking Fountains and Water Coolers, Gas and Vacuum Systems for Laboratory and Healthcare Facilities, Compressed-Air Systems for Laboratory and Healthcare Facilities, Vacuum Systems for Laboratory and Healthcare Facilities, Gas Systems for Laboratory and Healthcare Facilities, Chemical-Waste Systems for Laboratory and Healthcare Facilities, Processed Water Systems for Laboratory and Healthcare Facilities.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Substations, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Healthcare Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems, Healthcare Intercommunications and Program Systems, Healthcare Communications and Monitoring Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Surveillance, Fire Detection and Alarm, Radiation Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents