Similar Projects
Renovate Command Post
Renovation
Design
$500,000 to $1,000,000 est. value
Battle Creek, MI 49015

Bronson Healthcare Group Inpatient Psychiatric Center / Battle Creek
New Construction, Infrastructure - 70,000 SF
Design
$40,000,000 CJ est. value
Battle Creek, MI 49014

Renovate Restrooms
Renovation
Bidding
$5,000,000 CJ est. value
Battle Creek, MI 49037

Renovate Restrooms
Renovation
Bidding
$5,000,000 CJ est. value
Battle Creek, MI 49037

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

Project No. 515-20-101 - Renovate Common Areas
Renovation
Results
$2,000,000 to $5,000,000 est. value
Battle Creek, MI

Replace Windows Phase II
Renovation
Design
$5,000,000 CJ est. value
Battle Creek, MI 49037

Replace Elevators Building 2, 7, 13, 39 and 82
Renovation
Post-Bid
$5,000,000 CJ est. value
Battle Creek, MI 49037

Replace Dry Pipe Sprinklers
Renovation
Design
$1,000,000 CJ est. value
Battle Creek, MI 49037

Y1DA--EHRM Infrastructure Upgrades Construction Battle Creek
Renovation
Post-Bid
$50,000,000 CJ est. value
Battle Creek, MI 49037

ANG Construct Primary Entry Control Facility
Build-out, Renovation, Infrastructure
Post-Bid
$200,000 CJ est. value
Springfield, MI 49037

Last Updated 07/12/2023 06:34 AM
Project Title

C1DA--Renovate Building 13-3 AE 515-24-202

Physical Address View project details and contacts
City, State (County) Springfield, MI 49037   (Calhoun County)
Category(s) Government/Public, Medical
Sub-Category(s) Hospital, Military Facility
Contracting Method Competitive Bids
Project Status Construction start expected September 2023 , Construction documents
Bids Due View project details and contacts
Estimated Value $500,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

36C25023R0196 - Renovate Building 13-3 - 515-24-202 - VAMC Battle Creek, 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 515-24-202 Renovate Building 13-3. 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: The Architect/Engineer shall provide design services necessary to furnish: Conceptual Floorplan options, Schematic Design, Design Development, Construction Documents, Technical Specifications, Solicitation Support Services, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 515-24-202 Renovate Building 13-3 at the VA Medical Center in Battle Creek, Michigan. The AE design will renovate one existing restroom into two new restrooms to accommodate both male and female staff. The existing restroom is approximately 570 ftA2. The AE will also evaluate approximately 5,200 ftA2 of space on the third floor of building 13 and provide layout options at the Schematic Design phase. The project area is shown below. The layouts should utilize as much of this area as possible to allow for as many workstations as possible. Workstation desk footprint will be 5 x2 . Each employee must be allotted a minimum of 56 ftA2 work area. All designs are required to have an independent, third-party Fire and Life Safety review of the 95% CD Package. This review will be coordinated by the VA COR. The design firm shall collaborate between the VA and an independent life safety reviewer throughout the project. The AE shall refer to Construction Period Services document and AE instructions regarding additional requirements. There is assumed and known asbestos containing materials in the project area. The VA asbestos report can be provided, however, the AE will provide additional testing services as necessary to ensure all hazardous materials in the project area are clearly identified in the bid documents. All hazardous material inside of the project area shall be abated. The AE will be provided access to record drawings; however, these are not all inclusive and are not to be used as the sole source of existing condition information. All existing site conditions shall be field verified. The AE will receive a total of 180 days to complete design, broken down as listed in the design instructions, time will include the required government review between stages. 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: 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. 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,A 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 the firm 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. Project past performance references older than 5 years will receive a lesser weight than those references for projects accomplished within the past 5 years. Construction Period Services: Include professional field inspections during the construction period, review of construction submittals, support in answering requests for in-formation 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. Geographic Location: Confirm the firm s 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 deter-mined 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. Submittal instructions: All interested and capable venders are to submit an electronic SF330 package for review. The SF330s can be submitted to email address: angelo.vivio@va.gov. The package must be received and in government control NLT 07/25/2023 at 1:00 P.M. EST. Questions and other inquiries are to be directed only via email to Contract Specialist Angelo 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.

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