BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a mixed-use development in Wichita, Kansas. Conceptual plans call for the renovation of a medical facility.

Request for Architect-Engineer SF330 submissions. Solicitation: 36C25522R0115 Construct Centralized Emergency Power System CONTRACT INFORMATION This A-E Services requirement is being procured in accordance with the Brooks Act (Public Law (PL0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms. 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 and an award will not be made with this announcement. This announcement is a request for SF 330 s from qualified architect-engineering firms that 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 SF 330 will be evaluated by the Wichita VA Medical Center 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, etc. 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. Hard copies shall not be accepted. Personal visits to discuss this announcement shall not be allowed. There will be no site visit by any architectural or consulting firm allowed. The NAICS Code for this procurement is 541330 - Architectural Services and the 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 385 calendar days including time for VA reviews. 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), 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 October 20, 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 or Jonathan.Lutmer@va.gov. Hard copies shall not be accepted. The email subject line shall clearly identify Solicitation number: 36C25522R0115 and Project 589A7-21-132 Construct Centralized Emergency Power System. The size of the pdf document must be below 20 MG. 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. Packages exceeding 50 pages shall be determined to be non-responsive and shall be excluded from consideration. Prospective firms are required to address all selection criteria within submitted SF 330 packages. Qualifications (SF330) submitted by each firm for Project 589A7-21-132 Construct Centralized Emergency Power System 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 Energy Engineer, Civil, Electrical, Geo-Technical, Mechanical, Fire Protection, and Structural), LEED Consultants, and Estimators. 2. Specialized Experience and Technical Competence: specific experience and technical skill in the type and scope of work required for medical facilities, new construction, commercial kitchen construction, and renovations to existing medical facilities, including, where appropriate, experience in renovating space for patient privacy and rehabilitation services, 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: Given the responses to the Sources Sought notice, it has been determined 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. Prime Architects responding to the request for SF330 s shall report the distance to the Prime contractor office. Architectural Prime Contractors outside of this 500 mile radius may be evaluated but will receive a lesser score. Firms may use Google Maps, Mapquest, Yahoo Maps, or Rand McNally to determine and report the distance of the office where the Prime Contractor is established. Prime contractor shall not use a subcontractor office, consultant office, or any office other than Prime Contractor s physical location established prior to publication of this notice to determine distance to the Wichita VA. 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. A/E SUPPLEMENT B TO SPECIAL PROVISIONS OF PROJECT 589A7-21-131 PROJECT NUMBER: 589A7-21-132 PROJECT TITLE: Construct Centralized Emergency Power System DESIGN TIME FRAME: A/E shall deliver final construction documents NLT 385 calendar days after the Notice to Proceed (NTP) Letter. CONSTRUCTION BUDGET/DESIGN LIMITATION: $22,335,000 CRITERIA FOR DESIGN AND PROJECT DEVELOPMENT (as applicable to project): Design Manual Reference PG-18-10 Design and Construction Procedures, PG-18-3 A/E Submission Instructions, PG-18-15, Minor and NRM Projects, Vol C Standard Details. Program Guide, PG-18-4 Equipment Guide List PG-18-5 Equipment Guide List Index Space Planning Criteria, PG-18-9 VA-Space and Equipment Planning System (VA-SEPS) Architectural Accessibility and VA Barrier Free Design Standards PG-18-13 Asbestos Abatement Design Manual VA Signage Design Guide Master Construction Specifications, Program Guide-18-1 VA Design Alerts VHA Fire Protection Design Manual VHA National BIM/CAD Standards Physical Security Design Manual for Mission Critical Facilities VA Sustainable Design Manual Infrastructure Standards for Telecommunications Spaces National Codes and Standards (NFPA, NEC, Natl. Plumbing Code, EPA, OSHA, Department of Veterans Affairs etc.) Robert J. Dole VAMC Limited-Scope Campus Utility Assessment dated Jun 17 2021 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, piping and plumbing, fire protection engineering, and a physical security consultant. A/E shall design in accordance with 52.236-22, Design Within Funding Limitation (APR 1984), the estimated construction contract price for this project is $22,335,000. 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 a centralized emergency power system to back up the existing and planned site expansions for the Main Switchgears (MAIN 1 and MAIN 2) at N+1 and serve the legally required standby power needs for buildings on the Robert J. Dole VAMC campus. The existing generators by each building shall no longer be required and shall be removed. The design shall separate normal and emergency power underground to allow for maintenance on one system while the other is hot. This design shall expand main switchgear capacity. Existing MV Electrical Feeders from Main Switchgears to Selector Switches will need to be separated to comply with the VA Physical Security and Resiliency Design requirements. Work includes building service equipment associated with new system including generators, transformers, switchgear, automatic transfer switches, cabling, and associated building controls. Design shall include construction of a new 16,000 SF utility building to house new emergency generators and associated systems. The A/E shall make all site investigations necessary to thoroughly evaluate the area, including interviewing the staff impacted because of this project. Project will include but may not be limited to the necessary demolition and removal of existing concrete and buildings, drywall partitions; demolition and removal of existing; mechanical, underground piping, plumbing, lighting, fire protection, and electrical systems 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 and/or lead 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. Construction shall include the abatement of any hazardous materials as identified on the provided drawings. Construction contractor shall be responsible for third party air monitoring services to be provided during remediation of hazardous materials (i.e. asbestos, lead, mold, etc). Remediation shall be performed by the construction contractor. 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, and all VA supplemental physical security directives. A/E shall work in collaboration with VHA staff and State Historic Preservation Organization, SHPO, to mitigate and come to agreeable terms for historic buildings on the campus for any construction that may disrupt or change the appearance of historic buildings in the historic registry. The A/E shall produce documentation that they will upload to the SHPO website that clearly states the agreed upon terms. The A/E shall apply for SHPO approval at their web site, https://www.kshs.org/shpo, then provide the Government documentation of application and SHPO approval letter prior to changes to buildings, building material or landscapes. 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: Design Development: 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. Construction Document: 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. Construction Period Service: The A/E shall perform design services as detailed within this document. Functional Product: The A/E shall perform design development, detailed design work, 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. The final design documents will be subject to review approval of the Integrated Project Team (IPT) consisting of medical center, and VHA personnel. These individuals will be identified by the COR at the first design review meeting. 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. 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. 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. Once construction period is complete A/E shall provide one (1) CD copy of all submittal files. The request for SF330 s from eligible Architect/Engineering firms for Project 589A7-21-132 Construct Centralized Emergency Power System is amended as follows: All references to kitchen design are removed from the requirement. Architectural Prime Contractors whose primary (i.e. headquarters, primary corporate office, main office) physical business address is within a 1,000 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 may receive a higher score on evaluations. Architectural Prime Contractors whose primary physical business address is outside a 1,000 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 may 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. 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 solicitation 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. The method of contractor selection has not been determined at this time.

Conceptual

Medical

$22,335,000.00

Public - Federal

Renovation

Our team is requesting plans for this project.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
46
Active Projects
37
Bidding Soon
350
All Active Projects
137
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

October 20, 2023

November 8, 2024

img_map_placeholder

5500 E Kellogg Ave, Wichita, KS


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.