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

Upgrade Primary Care Floor 1
Renovation
Design
$250,000 CJ est. value
Iron Mountain, MI 49801

VGLZ 222017 Repair MV Junction Box PEN J1-HH IFB
Infrastructure, Renovation
Bidding
$500,000 CJ est. value
Harrison Township, MI 48045

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

Repair HVAC Bldg 560
Renovation
Sub-Bidding
$1,000,000 CJ est. value
Harrison Township, MI 48045

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

Various Small Construction Projects within the Boundaries of Great Lakes and Ohio River Divisions
Renovation, Addition, Demolition, Term Contract
Results
Less than $90,000,000 est. value
Chicago, IL - Louisville, KY - Detroit, MI - Allegany, Buffalo, NY - Nashville, TN - Huntington, WV

Renovate Building 1135 - DMVA Camp Grayling Airfield
Renovation
Results
$4,478,000 est. value
Grayling, MI 49738

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

Upgrade Primary Care Building 1E
Renovation
Bidding
$10,000,000 CJ est. value
Ann Arbor, MI 48105

RFQ Contractor - Renovation of Building 1430 Marine Corps Reserve Center
Demolition, New Construction, Renovation, Infrastructure
Post-Bid
$10,000,000 CJ est. value
Harrison Township, MI 48045

Upgrade Power Range 30 Camp Grayling Training Center
Renovation
Results
$614,000 CJ est. value
Grayling, MI 49738

Supplement AC in Lab Area
Renovation
Design
$500,000 CJ est. value
Ann Arbor, MI 48109

Camp Grayling - Building 3 Renovation
Renovation
Bidding
$1,793,000 CJ est. value
Grayling, MI 49738

Last Updated 07/03/2023 09:06 AM
Project Title

C1DA--Upgrade Elevators A And E 506-24-102

Physical Address View project details and contacts
City, State (County) Ann Arbor, MI 48105   (Washtenaw County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids
Project Status Construction start expected October 2023 , Construction documents
Bids Due View project details and contacts
Estimated Value $250,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

36C25022R0192 Upgrade Elevators - 506-24-102 - VAMC Ann Arbor, 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 506-24-102 Upgrade Elevators A&E. 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: 1.1. The work is located at the VA Ann Arbor Healthcare System, 2215 Fuller Rd, Ann Arbor, MI 48105. 1.2. The primary objective of this contract is to upgrade 14 elevators on this site. 4 Traction elevators in Bldg. 1E, and 10 hydraulic elevators in Buildings 3, 22, 28, 30, and 31. 1.3. The AE shall investigate the existing installation of the 14 elevators requiring updates and upgrades for this project. The AE is required to have a certified elevator inspector as part of the design team. 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 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 pro-vided shall be shown on the organizational chart in Section D of SF 330, Part 1. A Specialized Experience: Describe specialized experience and technical competence in the type of work required, including, experience in energy conservation, 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 AE'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. Past performances older than 5 years won t be considered. e. Geographic Location: 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 determined as not having met the requirements of this pre-solicitation announcement and will not be considered. Construction Period Services: Include professional field inspections during the construction period, review of construction submittals, support in answering requests for information 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/consultants. 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. Deliver via US Mail, FedEx, UPS, etc. (or hand-deliver) the original SF330 and one (1) copies to Department of Veterans Affairs, Network Contracting Office 10, located at the Domino Farms Office Complex, 24 Frank Lloyd Dr. Suite M2200 (Conference Room), Ann Arbor, MI 48105), Attn: Contracting Officer Richmond McCloud (Additionally, email a courtesy copy as a PDF file to wendell.fulcher1@va.gov. The emailed file(s) size shall not exceed 20mb. The emailed SF330 may be provided in a zip file. The subject line of the e-mail should read 506-24-102 Upgrade Elevators A&E SF330 ). DEADLINE: The original and one (1) copy of the SF330 must be received at the address cite above by no later than 1 August 2023 in order to be considered. Questions and other inquiries are to be directed only via email to Contract Specialist at wendell.fulcher1@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 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
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, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire 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, Planting Irrigation, 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