Similar Projects
RFQ Design - Construct Centralized Chilled Water Plant
Term Contract, Demolition, New Construction, Renovation, Infrastructure
Bidding
$27,500,000 CJ est. value
Wichita, KS 67218

RFQ Design - Construct Centralized Emergency Power System
Renovation
Bidding
$22,335,000 CJ est. value
Wichita, KS 67218

Engineering, Planning and Development
Post-Bid

Engineering Services for Cheney Ozone Generation Power Supply
Alteration
Post-Bid
Cheney, Wichita, KS 67025

FAA Airport Traffic Control Tower Design Competition
New Construction
Results

2022 Parks Master Plan Update
Term Contract
Post-Bid
Derby, KS

Airline Ticket Counter Design Evaluation and Recommendations Study
Alteration
Post-Bid
Wichita, KS

Phase 1 Environmental Site Assessment for Vacant Lot
Alteration
Post-Bid
Wichita, KS

Design and Engineering Services for Plant 1 Biological Nutrient Removal Improvements
Alteration
Post-Bid
Wichita, KS 67216

Design and Engineering Services for Cowskin Force Main Improvements
Alteration
Post-Bid
Wichita, KS 67216

Design and Engineering Services for Plant 2 Biological Nutrient Removal Improvements
Alteration
Post-Bid
Wichita, KS 67216

Land Survey at Eisenhower National Airport
Alteration
Post-Bid
Wichita, KS

Design Services for Upgrade and Expansion at Stryker Multi-Sport Complex
Infrastructure
Post-Bid
Wichita, KS 67226

On-Call Architectural and Engineering and Related Services
Alteration
Post-Bid
Wichita, KS

Unrestricted Architect-Engineering Airfield Paving Design MATOC
Term Contract
Post-Bid
Less than $30,000,000 est. value

Last Updated 10/20/2022 08:38 AM
Project Title

RFQ Design - Construct New Elevator Building 2

Physical Address View project details and contacts
City, State (County) Wichita, KS 67218   (Sedgwick County)
Category(s) Professional Services
Sub-Category(s) Engineering
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected November 2023
Bids Due View project details and contacts
Estimated Value $900,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Synopsis: SF330 REQUEST INFORMATION: This AE Services requirement is being procured in accordance with the Brooks Act (Public Law 0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36 and VAAR 836.606-73. Firms will be selected based on demonstrated competence and qualifications for the required work per the evaluation factors listed below. This requirement is being procured in accordance with the VAAR 836.606-73 as implemented in FAR Subpart 36.6. This is not a request for proposal (RFP) and an award will not be made with this announcement. This announcement is a request for SF330 s from qualified contractors who meet the professional requirements listed herein. The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602-1 and are listed below in descending order of importance. The completed SF330 will be evaluated by an Evaluation Board in accordance with FAR 36.602-5(a) and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. The Government will not pay nor reimburse any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. The contract is anticipated to be awarded by January 30, 2023. Award of any resultant contract is contingent upon the availability of funds. No solicitation document is available and no other information pertaining to project scope is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only to Sean.Jackson@va.gov and Jonathan.Lutmer@va.gov. Personal visits to discuss this announcement will not be allowed. The NAICS Code for this procurement is 541330 Engineering Services with a small business size standard of $22.5 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 180 calendar days including time for VA reviews. The AE firm shall also be required to perform construction period services if award of a construction project contract is made. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF THE OFFEROR SHALL BE ACCOMPLISHED BEFORE REVIEW OF SF 330. THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS INCOMPLIANCE WITH VAAR 852.219-10. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION PAGES DATABASE, (https://www.vetbiz.va.gov/vip), SHALL BE CONSIDERED. FIRMS NOT VERIFIED AT THE TIME OF RECEIPT OF THE SF 330 IN VETBIZ.GOV SHALL BE CONSIDERED NON-RESPONSIVE AND SHALL BE EXCLUDED FROM FURTHER CONSIDERATION. SYSTEM FOR AWARD MANAGEMENT (SAM): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at https://sam.gov/content/ and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors shall be actively registered in SAM prior to submitting their qualifications package. Any firm not actively registered in SAM by the date of receipt of the SF 330 shall be considered non-responsive and shall be excluded from further consideration. 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 and1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at https://sam.gov/content/ 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) A-E firms are required to respond if interested by submitting one (1) completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: http://www.gsa.gov/portal/forms/download/116486. Must include in Part I Section H an organizational chart of the firm (excludes consultants), and information pertaining to a design quality management plan. Submission information incorporated by reference shall not be considered. All submissions shall be made electronically. Packages which are hand delivered or delivered via surface mail or any other method other than electronically shall not be reviewed. Completed package shall be delivered electronically on or before November 18, 2022 at 2:00PM Central Time to the NCO 15 Contracting Office, Attn: Sean Jackson or Jon Lutmer, Contracting Officers Contracting Office Address: 3450 S. 4th Street Trafficway, Leavenworth, Kansas 66048. Sean.Jackson@va.gov and Jonathan.Lutmer@va.gov. Hard copies shall not be accepted. The email subject line shall clearly identify the SF330 request number: 36C25523R0004 and Project 589A7-23-304 Construct New Elevator Building 2. The size of the pdf document must be below 20 MG or the VA email will error out and reject the application. It is the contractor s responsibility to ensure that the application is received. Only one email will be accepted from each firm (contractor). EVALUATION FACTORS: Selection criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1. Prospective firms are required to address all selection criteria within submitted SF 330 packages using additional pages as necessary. SF 330 submissions including any additional pages are not to exceed fifty (50) pages exclusive of table of contents, title page, and divider pages. Each side of a piece of paper is considered to be one page (i.e. Two pages to a single sheet of paper). Blank pages are not included in the count. SF330 submission packages which exceed 50 pages will be considered non-responsive and shall be excluded from further consideration. The only exclusions to the 50 page limit as listed in the request for SF330 are: table of contents, title page, and divider pages. Title page shall not exceed more than one (1) page. Table of contents shall only contain the information necessary to define the contents of the document. Divider pages may contain a maximum of one (1) line of description. Responses must reference 36C25523R0004 and Project 589A7-23-304 Construct New Elevator Building 2. Prospective firms are required to address all selection criteria within submitted SF 330 packages and the information contained herein. Qualifications (SF330) submitted by each firm for 589A7-23-304 Construct New Elevator Building 2 will be reviewed and evaluated based on the following evaluation criteria listed below: 1. Professional Qualifications: 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. AE firms shall have professional architects, engineers, and consultants who are licensed in the United States of America. License information must be provided. The specific disciplines which will be evaluated are: Architects, Project Managers, Engineers (to include Civil, Electrical, Geo-Technical, Mechanical, Fire Protection, and Structural), and Estimators. 2. Specialized Experience and Technical Competence: specific experience and technical skill in the type and scope of work required for successful removal of existing hydraulic elevator system, design of a new traction elevator system within an existing space limitation, familiarity and coordination with EPA on construction restrictions and limitations related to PCB, and commercial kitchen bulk transportation needs. Additionally, experience with renovations and new construction at existing medical facilities, including, where appropriate, energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 3. Capacity to Accomplish the 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. In accordance with VAAR 852.219-10(c)(1), prime contractors shall clearly demonstrate how they will meet the requirement that at least 50 percent of the design work be accomplished by employees of the concern or employees of eligible service-disabled veteran owned small business subcontractor/consultant. 4. Past performance: the past performance of projects that are complete (design and construction) that the firm has designed relevant in scope to the advertised project that were accomplished with the Department of Veterans Affairs, other Government agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. Point of Contact information must be provided so past performance can be verified. Project past performances that are older than 3 years will receive a lesser score than those references for projects accomplished within the past 3 years. 5. Location of Design Firm: Per FAR 36.602-1 Selection Criteria: Market research indicates that at least 3 qualified firms exist within a 500 mile radius of the Wichita VA Medical Center located at 5500 E. Kellogg, Wichita, Kansas 67218. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms LOCATED WITHIN A 500 MILE RADIUS OF THE Robert J. Dole Veterans Affairs Medical Center (VAMC) in Wichita, Kansas. Architectural Prime Contractors whose primary (i.e. headquarters, primary corporate office, main office) physical business address is within a 500 mile radius from the Wichita VA Medical Center located at 5500 E. Kellogg, Wichita Kansas 67218 and resides within the borders of the United States of America will receive a higher score on evaluations. Architectural Prime Contractors whose primary physical business address is outside a 500 mile radius from the Wichita VA Medical Center located at 5500 E. Kellogg, Wichita Kansas 67218 and resides within the borders of the United States of America will receive a lesser score on evaluations. Architectural Prime Contractors are required to verify the primary physical business address (described above) as part of the SF330 response. If the information cannot be verified as required, the SF330 will be found to be nonresponsive and will not receive further consideration. SF 330 submissions from companies located outside the borders of the United States of America shall not be considered. 6. Claims and Terminations: record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services will be examined. PROJECT TITLE/NUMBER: Construct New Elevator Bldg. 2 / 589A7-23-304 DESIGN TIMEFRAME: A/E shall deliver final specifications, drawings, and construction documents NLT 180 calendar days after the Notice to Proceed (NTP) Letter. CONSTRUCTION BUDGET/DESIGN LIMITATION: $900,000 CRITERIA FOR DESIGN AND PROJECT DEVELOPMENT (as applicable to project): A 1/4 Design Manual Reference PG-18-10 A 1/4 Design and Construction Procedures, PG-18-3 A 1/4 A/E Submission Instructions, PG-18-15, Minor and NRM Projects, Vol C A 1/4 Standard Details. Program Guide, PG-18-4 A 1/4 Equipment Guide List PG-18-5 A 1/4 Equipment Guide List Index A 1/4 Space Planning Criteria, PG-18-9 A 1/4 VA-Space and Equipment Planning System (VA-SEPS) A 1/4 Architectural Accessibility and VA Barrier Free Design Standards PG-18-13 A 1/4 Asbestos Abatement Design Manual A 1/4 VA Signage Design Guide A 1/4 Master Construction Specifications, Program Guide-18-1 A 1/4 VA Design Alerts A 1/4 VHA Fire Protection Design Manual A 1/4 VHA National BIM/CAD Standards A 1/4 Physical Security and Resiliency Design Manual for Mission Critical Facilities A 1/4 Whole Building Commissioning Process Manual A 1/4 VA Sustainable Design Manual A 1/4 Infrastructure Standards for Telecommunications Spaces A 1/4 Design Guide Templates for Critical Telecommunications Spaces A 1/4 00 VA OEHRM Site Infrastructure Requirements A 1/4 National Codes and Standards (NFPA, NEC, Natl. Plumbing Code, EPA, OSHA, Department of Veterans Affairs etc.) Note: Above documents can be found at the following website: http://www.cfm.va.gov/TIL/ SCOPE OF DESIGN/CONSTRUCTION PROJECT: A/E shall be required to provide all technical and engineering disciplines as needed to meet project requirements as outlined. It will consist of, but is not limited to, architectural engineering, civil engineering, mechanical engineering, structural engineering, electrical engineering, and fire protection engineering. This project will replace the existing service elevator system located in building 2 with an updated traction system elevator. The scope will include the following items: 1. Removal of existing service elevator and any hardware, equipment, and controls directly associated with it. 2. Design of new service elevator that utilizes the existing space leftover from the previous elevator removal. New elevator to be traction system capable of servicing the needs of the kitchen via routine large bulk food and kitchen item deliveries. 3. Communicate with EPA to understand construction limitations allowed with regards to PCB-impacted soil below the elevator pit as described in section O (hazardous materials) later in this document. AE design to incorporate these constraints and have clearly marked construction drawings that include all restrictions, limitations, and EPA contact information. A/E will review VA furnished asbestos survey to identify known areas of remediation. The A/E shall conduct a study to supplement VA furnished survey to identify additional possible asbestos contamination. The A/E will be responsible for all specifications and cost estimations associated with remediation required as part of the design period of services. As part of initial design development, A/E shall review proposed site and evaluate feasibly and constructability as well as suggest potential alternatives. Construction will consist of but is not limited to, the following: necessary demolition and removal; new and reconfigured mechanical, plumbing, lighting, fire protection, and electrical systems upgrades (as necessary); new interior finishes to ceiling, walls, and flooring; new casework; site preparation for installation of government furnished equipment. Construction may also include the abatement of any asbestos as identified on the provided drawings. The construction of this project will take place in a very busy occupied building and is to be completed to allow medical care functions to be maintained uninterrupted throughout construction necessitating carefully phased construction and coordination with VA COR/users. The A/E shall make investigations necessary to thoroughly evaluate the area, including interviewing the staff impacted because of this project. All design shall be in accordance with A/E Submission Instructions for Minor and NRM Construction Program, Program Guide PG-18-15, Volume C, all VA supplemental physical security directives, and provide commissioning in accordance with VA whole building commissioning manual requirements. A/E shall design in accordance with 52.236-22, Design Within Funding Limitation (APR 1984), the estimated construction contract price limitation for this project is $900,000. If the project cannot be designed within funding limits specified, the A/E shall notify the Contracting Officer immediately in writing and shall not proceed further without direction from the Contracting Officer. A/E shall design to Guiding Principles Compliance and Validation requirements within VA Sustainable Design Manual. Project shall follow Internal Certification for NRM projects A/E to complete checklist and supporting documents and provide a copy to COR as well as email final check list to VA s Green Management Program (GMP) at Energy@va.gov . Design multiple deductive bid alternates into the construction documents equal to at least 20% of the total construction cost (Design Limitation) not including contingency. The base design must be fully functional with or without the alternates. Provide an itemized cost estimate associated with each deduct alternate. Bid deduct alternates will reflect the appropriate reduction in project completion time (days). Each subsequent design submission shall incorporate all required changes/corrections from the previous set. A/E shall furnish summary of changes with comments on concurrence or reason change was not incorporated (i.e. code or VA requirements). SCOPE OF WORK FOR A/E: A. Design Development: (1) The A/E shall make investigations necessary to thoroughly evaluate the area, including interviewing the staff impacted during construction. All design shall be in accordance with A/E Submission Instructions for NRM Construction Program, Program Guide PG-18-15, Volume C. B. Construction Document: (1) After the VAMC approves the A/E's design development for construction documents, the A/E shall prepare construction documents necessary to accomplish the approved design development. C. Construction Period Service: (1) The A/E shall perform design services as detailed within this document. D. Functional Product: (1) The A/E shall perform design development, detailed design work, and prepare detailed construction documents, keeping in mind the result shall be a completely functional fully operational product encompassing all unique processes of the facility to include but not limited to patient care, employees, visitors, equipment, and security. (2) The final design documents will be subject to review and signature approval of all members of an Integrated Project Team (IPT) consisting of medical center personnel. These individuals will be identified by the COR at the first design review meeting. (3) The A/E shall provide design in Revit or compatible software. The A/E shall complete design in accordance with VHA BIM and CAD standards. The A/E shall produce 2D CAD drawings from the model. E. The A/E will provide and maintain a secure FTP site that will be accessible to the VA staff assigned to the project. The site will be secure and only accessible with a username and password, to be provided by the A/E. This site shall be used throughout the duration of the project design and construction. (1) A/E to provide web data services to VA specification for final construction and bidding documentation. Web service will have the ability to process, record, manage and exchange submittals from all parties involved in the submittal processes. Data exchange web site will provide services comparable to those provided by submittalexchange.com. Web service shall be accessible by VA computer systems and considered a secure site by the VA. A/E shall provide access to assigned staff, Contracting Officer, and contractors. Contractors shall have read and submission access only. The submittal data exchange system shall remain active through entire construction period. (2) Once construction period is complete A/E shall provide one (1) CD copy of all submittal files. -----------END OF DOCUMENT---------- The method of contractor selection has not been determined at this time.

Details

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