Similar Projects
RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Conception
$1,500,000 CJ est. value
Seattle, WA 98174

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Conception
$1,500,000 CJ est. value
Seattle, WA 98174

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

Engineering, Planning and Development
Post-Bid

Architect-Engineering (AE) Indefinite Delivery Contract (IDC) in Support of the Defense Health Agency (DHA) and Component Medical Commands
Post-Bid
Less than $45,000,000 est. value
Washington, DC

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

Dickinson County Hospital - Emergency Department: Interior Remodel
Renovation - 2,500 SF
Construction
$850,000 est. value
Iron Mountain, MI 49801

RFQ Contractor - EHRM Infrastructure Upgrades Design Iron Mountain, MI VAMC
Renovation
Conception
$10,000,000 CJ est. value
Iron Mountain, MI 49801

IDIQ Contract for Architect-Engineer Services for Compliance with Air Emission Regulations, EPCRA Regulations, Greenhouse Gas & All Other Environmental Media Regulations
Post-Bid

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

Architect and Engineering Services for Production Technical Services (PTS) for FEMA's Risk MAP Program
Post-Bid
$10,000 to $300,000,000 est. value

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

VISN 12 Fire Protection IDIQ NTE
Post-Bid
$2,000 to $2,000,000 est. value
Chicago, Danville, Hines, North Chicago, IL - Iron Mountain, MI - Madison, Milwaukee, Tomah, WI 53705

Water Tank Inspections, OCONUS and CONUS
Results
$10,000 to $5,000,000 est. value

Last Updated 08/10/2022 09:09 AM
Project Title

RFQ - 2022-585-A/E IDIQ Base Contract Market Research - Sources Sought

Physical Address View project details and contacts
City, State (County) Iron Mountain, MI 49801   (Dickinson County)
Category(s) Government/Public, Medical, Professional Services
Sub-Category(s) Architectural, Hospital, Military Facility
Contracting Method Competitive Bids
Project Status Construction start expected February 2023
Bids Due View project details and contacts
Estimated Value $5,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

REQUEST FOR SF 330 A/E IDIQ at the Oscar G Johnson VA Medical Center 325 East H Street, Iron Mountain, MI 49801 36C25222Q0455 INTRODUCTION: This Request for SF330s for Architect/Engineer (A/E) Design Services is for a single award Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (ID/IQ) contract at the Oscar G Johnson VA Medical Center, Iron Mountain, MI. Specifically to provide professional services necessary for the design of various in-house and nonrecurring maintenance construction projects at this Medical Center that are PRIMARILY architectural in nature although projects may also include components that fall under additional disciplines e.g., mechanical, electrical, plumbing, civil and structural, etc. including but not limited to the preparation of designs, plans, specifications, cost estimates and miscellaneous reports. Services to include, but are not limited to; conceptual design, design programming, preliminary designs, working drawings and specifications, cost estimating, site visits, miscellaneous reports, and construction period services. All work under this IDIQ will be for the Oscar G Johnson VA Medical Center, Iron Mountain, MI. This requirement is a 100% total set aside for Small Businesses. The awarded firm is expected to meet the requirements in FAR clause 52.219-14: Limitations on Subcontracting (Dec 2, 2021) and compliance will be monitored throughout contract performance. By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the awarded AE firm. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via SAM. A request for proposal will be issued directly to the top-rated firm for which negotiations will commence in accordance with FAR Part 36.606. 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 Part 36.6. MILEAGE RESTRICTION: This procurement is restricted to Small Businesses (SB s) located within a 200-mile radius, within the U.S., of Oscar G Johnson VA Medical Center, 325 East H Street, Iron Mountain, MI. The 200-mile radius restriction will be verified by using the website https://www.freemaptools.com/radius-around-point.htm and verifying the distance from the firm s primary or satellite office location. Period of Performance: Five-Year Ordering Period Contract Type: Firm-Fixed-Price IDIQ Estimated Magnitude of Construction: Individual task orders will be established for a minimum of $2,000 and a maximum of $1,000,000.00. Contract Ceiling: $5,000,000.00 NAICS Code: 541310 - Building Architectural Design Services Size Standard: $8 Million SAM: in accordance with FAR 19.301-1, 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 Small Business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition. 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. EVALUATION FACTORS: The following factors are included in the Request for SF 330s and will be used to evaluate firms. The factors are listed in descending order of importance, in accordance with FAR 36.602-1 and VAAM M836.602-1. NOTE: Factors 1-4 will be rated with equal importance relative to each other; Factors 5-6 will be rated with equal importance relative to each other and Factors 7-9 will be rated with equal importance relative to each other. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; Professional qualifications necessary for satisfactory performance of required services; Capacity to accomplish the work in the required time including; maintaining project schedules, maintaining project budgets, cost control effectiveness and estimating accuracy. Firm will also be required and expected to have the capacity to simultaneously manage and staff multiple large dollar designs; Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules, be sure to include all past performance for Department of Veterans Affairs; Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team; Location in the general geographical area of the project and knowledge of the locality of Oscar G Johnson VA Medical Center, Iron Mountain, Michigan. Area of consideration is restricted to firms located within a 200-mile radius; Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness; Record of significant claims against the firm because of improper or incomplete architectural and engineering services; and Inclusion of service-disabled veteran-owned, veteran-owned, woman-owned, economically disadvantaged woman-owned, HUBZone, Section 8(a), small/disadvantaged, and small business consultant(s). 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 1A 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 below when addressing evaluation factors. 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, discussions/interviews will be held with at least three of the most highly qualified firms. 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. Negotiations will then begin with the most preferred firm. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows: 1) One (1) electronic pdf copy to ricky.bond@va.gov a. Size limitation is 10MB; The SF330s are due on July 1, 2022 at 4:00 PM (CST). 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 may 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. No Fax 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 Ricky.Bond@va.gov. VA Primary Point of Contact: Ricky Bond, NCO 12 Contract Specialist, Ricky.Bond@va.gov. The method of contractor selection has not been determined at this time.

Details

Architectural, New Construction.
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