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 Dayton, Ohio. Conceptual plans call for the renovation of a medical facility.

REQUEST FOR SF330 1. INTRODUCTION: THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE in accordance with Public Law 109-461. This is a Request for SF330s for Architect/Engineer (A/E) Design Services for Project Number 552-CSI-182, Site-Prep for New MRI at the Dayton VA Medical Center, 4100 W. Third St., Dayton, Ohio 45428. Design work will include Site-Prep for Replacement of Cath Lab on the campus of the Dayton VAMC. Provide complete design services, including all necessary schematics, design development, surveys, cost estimates, construction drawings and specifications, and construction period services (CPS) for solicitation to site Pre for New MRI on the Dayton VA Medical Center, 4100 West Third Street, Dayton, OH 45428. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via Contracting Opportunities. A request for proposal will be issued directly to the most preferred firm for which negotiations will commence in accordance with FAR Subpart 36.6. The anticipated A/E design services, to be awarded, will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92- 582), Federal Acquisition Regulation Subpart 36.6, and VA Acquisition Regulation Subpart 836.6. 2. DESCRIPTION: The objective of this project is to provide A/E services in support of Site-Prep for New MRI [552-CSI-182] at the Dayton VA Medical Center. Period of Performance: 470 Calendar Days after Contractor s receipt of Notice to Proceed Estimated Magnitude of Construction: Between $2,000,000 and $5,000,000 (see VAAR 836.204) Contract Type: Firm-Fixed-Price NAICS Code: 541310 Business Size Standard: $12.5 Million 3. VetCert & SAM: In accordance with VAAR 819.7003(b) (Deviation), at the time of offers/quotes (SF330 submission), and at the time of award of any contract, the offeror must represent to the contracting officer that it is a (1) SDVOSB eligible firm; (2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and (3) Certified SDVOSB/VOSB listed in the SBA certification database at https://veterans.certify.sba.gov/ (see 13 CFR 128). If registration is required, visit https://veterans.certify.sba.gov/ to register. Additionally, all eligible firms must be registered and current in the System for Award Management (SAM) database to be evaluated and eligible for contract award. If the firm is not registered in SAM, you may register online at https://www.sam.gov. 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 and 1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.sam.gov 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) 4. EVALUATION FACTORS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Firms responding to this notice shall do so using Standard Form (SF-330) and will be evaluated and ranked using the selection criteria listed below. The evaluation factors are to be addressed in Part H of the SF-330 unless otherwise listed below. The evaluation will consider how each factor is addressed to coincide with the selection criteria. The factors are individually weighted as indicated. SF-330 responses shall be no longer than 50 standard 8.5 x11 pages. The following factors shall be used to evaluate offers: a) Technical Capability- 40% b) Past Performance- 15% c) Construction Period Services- 15% d) Location- 20% e) SDVOSB/VOSB or other small business subcontractors- 10% The government will evaluate information based on the evaluation procedures authorized in FAR 36.602-1, Selection Criteria using the following evaluation criteria: Factor 1 - Technical Capability 40%: The evaluation process will consider whether the qualifications demonstrate a clear understanding of the technical features involved in meeting the requirements of the solicitation. Professional Qualifications necessary for satisfactory performance of required services. Provide resumes for all key personnel required to complete the services indicated in this solicitation. Professional disciplines are required to be licensed, registered, or certified by a US state, the District of Columbia or a US territory. Specialized experience of personnel proposed for assignment to the contract and their record of working together as a team. Provide specialized experience and technical competence with healthcare related designs in inpatient, ambulatory care settings, in the type of work indicated in this solicitation. Factor 2 - Past Performance 15%: The offeror s proposal must include a summary description of at least three to five prior contracts/projects per team for projects completed within the last five years with organizations with similar mission and functional domains, and of comparable size, complexity, and scope. These references must also include: Contract/Order Number, brief description of the project, type of contract, amount of the contract Contracting Officer s Name and Phone Number, Government agency Contracting Officer s Representative Name and Phone Number The Offeror must indicate whether they were the prime contractor, sub-contractor or other teaming arrangement on projects referenced. Firm shall indicate which aspect they are directly responsible for of this requirement. The Offeror is required to provide references for the above projects. In the event the company itself does not have relevant past performance; references may be submitted on contracts performed by the Key Personnel of the company. The VA reserves the right to contact all the references that the Offeror lists. Factor 3 - Construction Period Services 15%: Experience in construction period services to 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, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. Professional Field Inspections Review of Construction Submittals RFI Support Support Construction Contract Changes to Include Drafting Statements of Work Cost Estimates Factor 4 Location 20%: The Offeror must indicate how far their company is located from the Dayton VA Medical Center by stating the timeframe to be onsite for this project in response to an emergent need. Factor 5 - The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors 10%: Firms (Prime and Subcontractor(s)) shall be certified through the SBA Veteran Small Business Certification if SDVOSB or VOSB. All other socioeconomic firms shall be certified by Systems of Award Management and/or Small Business Administration. Estimate percent of project overall workload shall be designated for each firm (prime and sub). SDVOSB shall be given greatest preference. VOSB shall be given great preference. All other social economic classifications to be preferred. PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL evaluation factors above in order to rank interested and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part IA to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. Additionally, keep in mind the submission requirement restrictions outlined in #7 below when addressing evaluation factors. 5. SELECTION PROCESS: in accordance with FAR 36.6, SF330s will be evaluated by the evaluation board using the evaluation factors identified in this announcement. After SF330s have been evaluated, if the board intends on holding discussions or interviews at least three of the most highly qualified firms will be selected. After discussions conclude, the evaluation board will evaluate the qualifications of the firms using the same evaluation factors, taking into consideration both the SF330 submission and subsequent discussions, to select the most preferred firm from the firms considered to be the most highly qualified. 6. LIMITS ON SUBCONTRACTING: in accordance with VAAR 852.219-75 VA Notice of Limitations on Subcontracting-Certficate of Compliance for Services and Construction (Deviation) under VAAR 852.219-75(a)(1)(i), it states: Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDVOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. 7. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows: Completed SF330s must be submitted by Email to Jeremy Nee, Contract Specialist, at jeremy.nee@va.gov no later than July 2, 2024, at 2:00 PM Local Time. Late submissions will not be accepted. It is considered late when it is received after the time and date specified in this Presolicitation notice. The SF330s are due on July 2, 2024, at 2:00 PM Local Time. Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: https://www.gsa.gov/forms-library/architect-engineer-qualifications). Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. 8. No Fax or Telephonic Responses will be accepted: 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 (jeremy.nee@va.gov). Telephone inquiries will not be honored. 9. VA Primary Point of Contact: - Jeremy Nee - Contract Specialist - Email: jeremy.nee@va.gov The Method of Contractor Selection has not been determined at this Time *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.

Conceptual

Medical

$5,000,000.00

Public - Federal

Renovation

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

7

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
127
Active Projects
71
Bidding Soon
1,421
All Active Projects
510
Updated Recently

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.

The best commercial construction data available. Period.

Access 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.