BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Demolition and renovation of a mixed-use development in Detroit, Michigan. Conceptual plans call for the demolition of a medical facility; and for the renovation of a medical facility.

36C25024R0050 Flooring Replacement at CLC 553-22-210 - VAMC Detroit, 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 553-22-210 Flooring Replacement at CLC. 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. Provide complete Architectural and Engineering (A/E) design services, including all necessary 35% Schematics, 65% Design Development Documents, 95% Construction Documents, 100% Bid Documents, cost estimates and construction period services (CPS) for solicitation for Flooring Replacement at CLC project. The work is located at the Detroit VA Healthcare System located at 4646 John R Street, Detroit, MI, 48201. 1.2. The primary objective of this project is to replace the flooring and wall base on sixth floor within the Community Living Center (CLC) and elevator corridors. The design shall include multiple planned construction phases to accommodate the continuous operation of the CLC service. 1.3. The A/E shall submit a certification memo stating that this design is independent of future projects and includes all equipment required for the project to be activated/fully functional as required by VA regulation. Section 2: 2.1. Project specific AE Scope of work: 2.1.1 Design the removal and replacement of flooring and wall base in the Community Living Center (CLC) on sixth floor south, sixth floor north, sixth floor dayroom, sixth floor elevator and sixth floor elevator corridors totaling approximately 21,300 square feet. The flooring area includes areas such as corridors, patient rooms, nurse stations, and a dayroom. 2.1.2. The A/E must meet with Contracting Officer Representative (COR), Contracting Officer (CO), Service Users, VA committees, VA consultants, local/state regulatory agencies, etc. to review data and improve understanding of any ongoing activities that address potential areas of concern associated with the design. The A/E must use this information to facilitate development of design solutions. The VA will provide the A/E with copies of drawings of trades per their request. The accuracy of the drawings is not guaranteed and must be used only for general information. Actual conditions must be field verified by the A/E. The A/E must provide meeting minutes for all design related meetings. 2.1.3. The contract design requirements may include but are not limited to architectural systems, interior design, or energy efficiency and GEMS program requirements. 2.1.4. The A/E shall verify with the COR the extent of asbestos containing materials (ACM) in the existing floors, walls, ceilings, and pipe insulation, and coordinate with the COR the testing necessary to determine this information. An Industrial Hygienist (IH) consultant, with a Michigan accredited Asbestos Project Designer certification should be utilized to investigate, design and monitor the hazardous material abatement necessary to complete the work activities in the project. The A/E shall provide drawings of any area requiring abatement. Any areas of existing building components, which indicate the presence of mold, are to be scheduled for abatement / demolition, as appropriate, and moisture sources eliminated as a part of this project design. A/E must also utilize the information included in the existing asbestos survey performed for the entire medical center. The VA will provide the Contractor with copies of the survey. A/E shall be responsible for providing VA provided Industrial Hygienist services during the abatement process occurring during actual construction. Very little, if any, amounts of hazardous material is expected as part of this project. The asbestos survey will be made available for reference. 2.1.5. The design must include general debris removal, the demolition of all existing finishes and other associated materials, as required, to complete the work. Include in the design locations of construction barriers/fire walls that are appropriate for safe construction activities. General issues of constructability, phasing, hours and sequencing of construction work, alternate work space for the end users during phased construction, coordination with other planned and/or ongoing projects, disturbance related to noise during working hours and non-working hours, etc. must be considered throughout the design process and appropriately incorporated into the final design documents. 2.1.6 All phasing requirements shall be including within the design; to include any impacts that the Medical Center will experience. 2.1.7 The A/E shall utilize and maintain an exchange server during the design process for, but not limited to, file sharing, submissions, and project documentation (i.e., meeting minutes, requests for information). 2.1.8 All email correspondence will start with the project number in the title, i.e., 553-22-210 Flooring Replacement at CLC . 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 Center for Veterans Enterprise Vendor Information Pages database (vip.vetbiz.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 provided shall be shown on the organizational chart in Section D of SF 330, Part 1. (Weighting=25%) 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. (Weighting=25%) 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. Project past performance references older than 5 years will receive a lesser weight than those references for projects accomplished within the past 5 years. (Weighting=15%) Construction Period Services: Include professional field inspections during the construction period, review of construction submittals, support in answering requests for in-formation 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. (Weighting=15%) 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 control-ling the schedule and budget. Include a description of the proposed communication plan between project leadership, the design team, subconsultants, and the Government. (Weighting=10%) 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. (Weighting=5%) 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. (Weighting=3%) 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 deter-mined as not having met the requirements of this pre-solicitation announcement and will not be considered. (Weighting=2%) 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 three (3) 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 Kyle Lipper, Ann Arbor, MI 48105 . (Additionally, email a courtesy copy as a PDF file to Leland.Ruedel@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 36C25024R0050 Flooring Replacement at CLC SF330 ). DEADLINE: The original and three (3) copies of the SF330 must be received at the address cite above by no later than 29 January 2024 in order to be considered. Questions and other inquiries are to be directed only via email to Contracting Officer Kyle Lipper at kyle.lipper2@va.gov. NOTES: THIS PRE-SOLICITATION NOTICE IS SUBJECT TO AMENDMENT. MONITOR THIS ADVERTISEMENT AND SUBSCRIBE TO THE FBO ALERT SERVICE TO INSURE NOTIFICATION OF ANY AMENDMENTS OR OTHER CHANGES TO THIS ADVERTISEMENT. The Method of Contractor Selection has not been determined at this Time.

Conceptual

Medical

$100,000.00

Public - Federal

Demolition, Renovation

Our team is requesting plans for this project.

Subscribe For Documents

2 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
333
Active Projects
193
Bidding Soon
2,738
All Active Projects
1,071
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.

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.