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

Construction Management Services for the United States Army Corps of Engineers Great Lakes and Ohio River Division
Term Contract
Design

RFQ - Operation and Maintenance General Engineering Services for Cleveland Hopkins International Airport
Term Contract
Bidding
Cleveland, OH 44135

RFP Design - Design Services for Metrohealth Line Bus Rapid Transit (BRT)
New Construction, Infrastructure
Bidding
$50,000,000 CJ est. value
Cleveland, OH 44113

Engineering, Planning and Development
Post-Bid

On-Call Testing and Reporting 2021
Infrastructure
Post-Bid
Cleveland, OH

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

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

Design - AE Replace Learning Exchange Roof
Alteration - 9,970 SF
Design
$250,000 to $500,000 est. value
Cleveland, OH 44106

RFQ Architectural/Engineering - Renovation and Expansion of Its Glenville Branch
Addition, Renovation
Bidding
$5,000,000 CJ est. value
Cleveland, OH 44108

Construction Management Services
New Construction
Post-Bid
Cleveland, OH

Nationwide Architect and Engineering IDIQ - Small Business Pool
Results
Less than $10,000,000 est. value

RFP - Lee Road Vacant Land Site New Construction
New Construction, Infrastructure
Bidding
$500,000 CJ est. value
Maple Heights, OH 44137

Mill Creek Restoration Near Cricket Lane in Warrensville Heights
Infrastructure
Post-Bid
Warrensville Heights, OH 44128

Professional Design Services for Renovating, Improving and Equipping the Euclid Public Library
Results
Euclid, OH 44117

Reported 12/09/2022 12:00 AM
Project Title

RFQ Design - AE, Renovate Ambulatory Care for Specialty Clinic Project

Physical Address View project details and contacts
City, State (County) Cleveland Hts, OH 44106   (Cuyahoga County)
Category(s) Professional Services
Sub-Category(s) Engineering
Contracting Method Competitive Bids
Project Status Bidding, Accepting Qualifications, Construction Start Expected 2023,
Bids Due View project details and contacts
Estimated Value $10,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Page 2 of 5 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 Commissioning Agent (CxA) Services for Project Number 541 23 101, CxA Renovate 3rd Floor Ambulatory Care for Specialty Care Clinic at the Louis Stokes Cleveland VA Medical Center, 10701 East Blvd., Cleveland, Ohio 44106. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via FBO. 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 CxA 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 purpose of this requirement is for the following: A. Commissioning: To procure a qualified Commissioning Agent (CxA) who administers the Cx process by managing the Cx team and overseeing the Commissioning Process. Where CxA is used, it means the Commissioning Agent, members of his staff or appointed members of the commissioning team. B. Constructability and Coordination review: To provide an independent, comprehensive and structured Constructability and Coordination review of the 100% Submission Contract Document Drawings and Specifications be a qualified construction industry professional(s) to reduce the impact to project construction schedule, cost, life safety and quality prior to bidding. *See attached Statement of Work for further requirements Period of Performance: 1,067 Calendar Days after Contractor s receipt of Notice to Proceed Contract Type: Firm-Fixed-Price Estimated Magnitude of Construction: between $5,000,000 and $10,000,000 (See FAR 36.204) NAICS Code: 541310 Size Standard: $11 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 SDVOSB eligible firm; Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and 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 in order 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. 4. EVALUATION FACTORS: The Government will negotiate a contract resulting from this pre-solicitation notice to the responsible offeror whose qualifications conform to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate qualifications: Technical Capability (55% weighting) Past Performance (40% weighting) Geographic Location (5% weighting) Technical Capability (55% weighting) in providing commissioning services for the 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 Past Performance (40% 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 #7 below when addressing evaluation factors. 5. SELECTION PROCESS: in accordance with FAR 36.602-5, SF330s will be evaluated by the evaluation board using the evaluation factors identified in this announcement. After SF330s are evaluated, negotiations will begin with the most preferred firm. 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: 1) One (1) electronic pdf copy via e-mail: a. See attachments for procedures (i.e., eCMS Getting Started Guide for Vendors & eCMS Vendors_Guide_v4_2); b. Size limitation is 20MB; The SF330s are due on Thursday, 8 December 2022, by 4PM EST. Acceptable electronic formats (software) for submission of SF330 packages: (a) Files readable using the current Adobe Portable Document Format (PDF); (b) Files in Adobe* PDF Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater; (c) SF330s shall be provided on standard letter size 8-1/2 by 11-inch paper, limited to a maximum of seventy-five (75), single-sided, single-spaced, and numbered pages. If more than seventy-five (75) single-sided pages are submitted, all pages after seventy-five (75) pages will not be evaluated. The font for text shall be Times New Roman 12-point or larger; (d) Please note that we can no longer accept .zip files due to increasing security concerns. The SF330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, type in SF330 in the Find a Form block and click on search. 8. No Fax or Telephonic Responses will be accepted: Personal visits for discussing this announcement will not be entertained or scheduled. Questions may be directed only by e-mail to Angie.Carpenter@va.gov. 9. VA Primary Point of Contact: - Angie Carpenter - Contract Specialist - Email: angie.carpenter@va.gov Award of any resultant contract is contingent upon the availability of funds. 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

11,600 SF.
Division 31 - Earthwork.
Division 32 - Exterior Improvements.
Division 33 - Utilities.
Division 34 - Transportation.
Division 35 - Waterway and Marine Construction.

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