Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Full details on over 250,000 Projects including 2000 updated daily available to subscribers

November 20, 2023

Final Planning

Medical

$2,000,000.00

Public - Federal

Addition, Demolition, Renovation, Site Work

img_map_placeholder

4801 Linwood Blvd, Kansas City, MO

We’ve obtained documents for this project and are currently processing them.

Subscribe to View Full Documents

Demolition, site work, renovation and addition to a medical facility in Kansas City, Missouri. Working plans call for the addition of a medical facility; for the demolition of a medical facility; for site work for a medical facility; and for the renovation of a medical facility.

PRESOLICITATION NOTICE THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330'S ARCHITECT-ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. 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. 1. GENERAL INFORMATION: Veterans Health Administration (VHA) Program Contracting Activity Central (PCAC) is seeking sources and intends to award a firm-fixed price design contract for Architect-Engineering (A-E) services for Project #589-019 Construct Women s Health and Primary Care Addition design project located at the Kansas City VA Medical Center (VAMC), 4801 Linwood Blvd, Kansas City, MO 64128. The A-E shall include site visits, field investigation, studies and user interviews to prepare drawings, specifications, and cost estimates for adding 8,600 BGSF to Building 55 (Honor Annex) for Women's Health and Primary Care clinics and renovate 13,500 BGSF of adjoining space that is designated as Primary Care, Mental Health, and Radiology. This will create PACT compliant space in the new addition as well as provide Primary Care - Mental Health integration. The first-floor addition will provide space for women's health with a separate, private entrance and the second-floor space will provide space for primary care clinics. Renovating poorly utilized space in radiology will help accommodate staffing needs and reconfigure PRRC space. This project will also renovate the main parking lot for this location to increase the number of parking spaces available and provide adequate lighting as well as provide emergency power generation for the facility. Other work to include an additional elevator for staff and patient transport, replace/upgrade BAS to match front end at the main campus, add humidification to building, replace fan powered boxes with VAV in renovated areas, and replace exhaust fans and motor starters in renovated areas. Further work is detailed in the Statement of Work and attachments. The A-E Services contract anticipated to be awarded will be procured in accordance with the Selection of Architects and Engineers Statute [formerly known as the Brooks Architect Engineer Act], Federal Acquisition Regulation Part 36.6 Architectural and Engineering Services, VA Acquisition Regulation 836.6, and VA Acquisition Manual M836.6 Architect-Engineer Services. In accordance with FAR 36.209 Construction Contracts with Architect-Engineer Firms, no contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative. 2. PROJECT INFORMATION This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB). The NAICS Code for this procurement is 541330 Engineering Services and the annual small business size standard is $25.5M. This project requires a full design team to complete this project. The projected award date for the anticipated A-E contract is on or before August 31, 2023. The anticipated period of performance for completion of design is 254 calendar days after notice of award. The FAR 52.236-22 Design Within Funding Limitation (APR 1984), for this project is between $1M and $2M. 3. SCOPE OF DESIGN The scope of this project is the following infrastructure improvements to the Kansas City VAMC:A A/E Part One Services (also known as Design Phase) for this design project include site visits, field investigation, conduct of studies and user interviews to prepare drawings, specifications and cost estimates for all facets of work and disciplines/trades to facilitate a construction project to construct a Women s Health and Primary Care Addition. This project shall build an 8,600 BGSF to Building 55 for Women's Health and Primary Care clinics and renovate 13,500 BGSF of adjoining space that is designated as Primary Care, Mental Health, and Radiology space. This will create PACT compliant space in the new addition as well as provide Primary Care - Mental Health integration. The first-floor addition will provide space for Women's health and the second-floor space will provide space for primary care clinics. This project will also renovate poorly utilized space in radiology to accommodate staffing needs and a reconfiguration of PRRC space. This project will also renovate the main parking lot for this location and increase the number of parking spaces available, to include lighting, as well as provide emergency power generation for the entire facility. Other work would include an additional elevator for staff and patient transport, replace/upgrade BAS to match front end at the main campus, add humidification to building, replace fan powered boxes with VAV in renovated areas, replace exhaust fans and motor starters in renovated areas, and provide a private entrance to the Women s Clinic. The AE shall provide drawing, specification and IGE submissions at 35% (SD), 65% (DD), 95% (CD), and Final Bid Documents (Bid) to the VA. Refer to the SOW and Supplement B for further details. The A-E shall be professionally licensed in any state in the United States. The A-E is responsible for all services to complete the deliverables listed in the Statement of Work (SOW) (See Attachment 2 FINAL SOW). The deliverables outlined in the SOW are inclusive of the following: Quality Assurance/Quality Control Plan, basis of design (10%), schematic design (35%), design development (65%), contract documents (95%), final bid documents (100%), and construction period services. The deliverables schedule can be found in the SOW. Please note that the 254 calendar day period of performance for the design completion begins with the issuance of the Notice of Award and that a Notice to Proceed will not be issued for the completion of a design project. The construction period services will be option items that will be exercised after the award of the construction project. The period of performance for construction period services will match the period of performance for the construction project. 4. A-E SELECTION PROCESS: Responsive firms submitting SF-330 s in response to this announcement not later than the closing date and time specified herein and in accordance with submission requirements, will be considered for initial selection evaluation. The selection process will be made using a two-phase process. Phase I consists of the initial evaluation of the SF-330 s and determination of the highest rated firms. A minimum of three (3) of the highest rated firms will then be short listed and invited to continue with Phase II of the process. All firms not short listed will be notified at this time. Phase II consists of Oral Presentations for the short-listed firms and selection of the top ranked firm to receive the solicitation and conduct negotiations. The firms selected for Oral Presentations will be notified by email of selection and provided further instructions and the evaluation criteria requirements. After the Oral Presentations are conducted, the firms will be evaluated and the top-ranked firm will be selected, sent the solicitation, and subsequent negotiations to follow. A site visit will be authorized for the highest rated firm during the negotiation process. Award selection will be made based on the results of the Oral Presentation and successful negotiation of rates for the project, and not the SF-330 qualifications from Phase I. If negotiations are not successful with the highest rated firm, they will continue with the next highest rated firm, and so on until award can be made. Please note that during the evaluation of the Oral Presentation, the prior evaluation of the SF 330s will not be taken into consideration as they are separate evaluations. 5. PHASE I SF330 SELECTION CRITERIA: The following are listed in descending order of importance. Primary Selection Criteria: Professional Qualifications: Necessary for satisfactory performance of required service. The architects and engineers on the firm s staff representing the project or signing/stamping drawings in each discipline must possess a minimum of five (5) years of experience and are required to be licensed, registered, or certified by a US state, the District of Columbia or a US territory. Provide professional license jurisdiction of is-sue and license numbers and/or proof of licensure. At a minimum, the offeror shall describe the professional qualifications and not less than five (5) years of experience in the required disciplines. Disciplines required for this project include, but are not limited to: Architecture, Mechanical, Electrical, Plumbing, Structural, Civil, Fire Protection, Hazardous Material Abatement/Industrial Hygiene, Physical Security (note must hold the Certified Protection Professional (CPP) or Physical Security Professional (PSP) certification issued by ASIS International), Cost Estimation, and Project Management. The evaluation will consider education, certifications, training, registration, overall and relevant experience and longevity with the firm. Offer must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement: I [signatory authority]______________________, of [company] __________________ certify that the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not VIP-listed SDVOSB s in compliance of 48 CFR 852.219-73. Specialized Experience and Technical Competence: in the design of women s health and primary care clinical space (either as solely clinical care design projects or incorporated into new space/renovation projects). Provide up to five (5) specialized experience examples of full architectural and engineered designs for a 2-story clinical care building addition, renovations of the existing building s interior, expanding and updating the parking lot, and adding emergency power generation. Work shall also include networking back bone fiber optics, structured cabling, electrical distribution upgrades, uninterruptable power systems (UPS), electrical bonding, building management systems/building automation systems (BMS/BAS) to match front end at the main campus, upgraded and new HVAC systems including humidification, new VAV s, and exhaust fans, telecommunication room renovations/expansions/relocations, data center reconfiguration, electronic and physical security upgrades, and all such systems and components as may be necessary to achieve project goals. Other specialized experience includes experience in critical path scheduling, fire protection, construction infection control protocols, energy conservation and sustainable design practices. Include Government and private experience on projects similar in size, scope, complexity, and experience with project phasing to maintain as many medical center operations during construction as possible. The evaluation may con-sider the management approach, coordination of disciplines and subcontractors, quality control procedures, prior experience of the prime firm and any key subcontractors working together on relevant projects and familiarity with VA Design Guides/Manuals, Master Specifications, and other applicable standards. Capacity: Capacity to accomplish work in the required time. The evaluation will consider the firm s ability to meet the compressed schedule of the overall project, as well as the available capacity of key disciplines to perform the work in the required time. Provide the available capacity of key disciplines by providing current project workload, inclusive of all projects awarded by the VA during the previous 12 months and the full potential value of any current indefinite delivery contracts. The information for this factor shall be provided in Section H of the SF 330. Please ensure the capacity applies toward the team/personnel provided in the SF 330. Past Performance: On contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. CPARS data or PPQs, see attached PPQ (if no CPARS data is available) must be pro-vided for projects submitted under Factor 1 (Specialized Experience). CPARS data and PPQs do not count toward the page limitation. Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government data-bases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. The following information is required for all projects: contract/task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional performance related from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. The information for this factor shall be provided in Section H of the SF 330. If there is no CPARS data available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document. Locality: Knowledge of the locality, to include specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, working with and local construction methods or local laws and regulations. The information for this factor shall be provided in Section H of the SF 330. The information for this factor shall be provided in Section H of the SF 330. Note that the intent of this factor is to showcase a firm s understanding of the site and locality, and not where the firm is located and how they would travel to the site. Information related to the firm s location, shall be provided in section H, under Secondary Selection Criteria Factor 1. Construction Period Services: Experience in construction period services for projects similar in scope to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, support of construction contract changes to include drafting statements of work and cost estimates, attendance at weekly conference calls, providing minutes of meetings between the AE, VA, and contractors, pre-final inspection site visits, generation of punch-list reports, and production of as-built documentation. The information for this factor shall be provided in Section H of the SF 330. Secondary Selection Criteria: Geographic Location: Location of the firm, as measured by the driving distance (miles) between the Offeror s principal business location and the Kansas City VAMC in Kansas City, MO. Determination of the mileage will be based on Google Maps (https://www.google.com/maps/dir/). * The secondary selection criterion is used as a tie-breaker, if necessary, in ranking the most highly qualified firms following the completion of discussions. The secondary selection criterion will not be applied when determining a firm s SF 330 submission Excellent, Acceptable, Good, Marginal, or Unacceptable. The information for this factor shall be provided in Section H of the SF 330. 6. PHASE II ORAL PRESENTATION SELECTION CRITERIA: In accordance with FAR 36.602-3(c), discussions will be conducted in the form of oral presentations. The selected firms will be invited to provide presentations to the A-E Evaluation Board. The instructions for the oral presentations will be provided to the selected firms only. Each selected firm will be evaluated based on their presentation. The top-rated firm will be selected based on their rating from their presentation. The previous ratings from the SF330 evaluations are not applicable during Phase II. 7. SUBMISSION CRITERIA/REQUIREMENTS: The below information contains the instructions and format that shall be followed for the submission of the SF-330 Statement of Qualifications: Submit ONE (1) SF-330 Statement of Qualifications via email to the Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov. This shall include Parts I and II and any applicable attachments. The SF-330 submission is due by 2:00 PM ET ON THURSDAY 20 JULY 2023. The SF-330 shall be submitted in one email and have a file size that shall be no larger than 5 MB. No hard copies will be accepted. The subject line of the email shall read: SF-330 Submission; 36C77623R0085 Construct Women s Health and Primary Care Addition Kansas City. The submission must include the SF-330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp). The page limitation of the SF-330 shall not exceed a total of FIFTY (50) pages. This includes CPARS and/or PPQs and any other relevant information. Each page shall be in Arial or Times New Roman, size 12 font, single spaced. The title page, table of contents and Part II of the SF-330 Form will NOT count as part of the page limitations. A PPQ from previous projects may be submitted for this project. If significant portions of a project have been completed since the previous PPQ was filled out, a new PPQ should be submitted to accurately assess the project. All SF-330 submissions must include the following information either on the SF 330 or by accompanying document: Cage Code; 2) Dun & Bradstreet Number; 3) Tax ID Number; 4) The E-mail address and Phone number of the Primary Point of Contact; 5) A copy of the firms Vet Biz Registry. All questions shall be submitted to joshua.slapnicker@va.gov. The cutoff date for question submission is 2:00 PM ET ON MONDAY 10 JULY 2023. Questions will be answered through modification to the Pre-Sol Notice posted to Contract Opportunities. NOTE: This procurement is 100% set-aside for Service-Disabled Veteran-Owned Small Business concerns. Offers received from other than Service-Disabled Veteran-Owned Small Business concerns will not be considered. All Service-Disabled Veteran-Owned Small Businesses must be listed as verified by the VA s Center for Veterans Enterprises (CVE) (http://www.vetbiz.gov). Offerors must be verified by CVE and visible in the Vendor Information Portal (VIP) database at time of SF330 Submission, Oral Presentation, and award. Failure to be BOTH visible and verified at these times will result in the offeror being deemed unacceptable and ineligible for award. All Joint Ventures must be CVE verified at time of SF330 and Oral Presentation submissions and award and submit agreements that comply with 13CFR 125.15 prior to contract award. SF-330 submissions received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be evaluated. All information must be included in the SF-330 submission package. It is the offeror s responsibility to check the Contract Opportunities website at: www.beta.sam.gov for any revisions to this announcement prior to submission of SF-330s. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

2 Record(s)

Subscribe to Get All Contact Details

Trades

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

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

Starting At

  • 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.

Provide your information to unlock 5 active projects and companies from our commercial construction database. Free.

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.

Don't miss Bidding Projects!

Within 75 Miles of this Project:
143
Active Projects
75
Bidding Soon

Related Projects


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.