Indiana Bids > Bid Detail

AE Replace Air Handlers and Roof Deficiencies

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159973767352322
Posted Date: Aug 16, 2023
Due Date: Sep 15, 2023
Solicitation No: 36C25023R0219
Source: https://sam.gov/opp/c57162e219...
Follow
AE Replace Air Handlers and Roof Deficiencies
Active
Contract Opportunity
Notice ID
36C25023R0219
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Aug 16, 2023 12:47 pm EDT
  • Original Published Date: Aug 15, 2023 12:31 pm EDT
  • Updated Response Date: Sep 15, 2023 03:00 pm EDT
  • Original Response Date: Sep 15, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Sep 30, 2023
  • Original Inactive Date: Sep 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Indianapolis , IN 46202
    USA
Description View Changes

The Architect/Engineer (A/E) firm shall furnish professional services for 100% design to Replace and correct deficiencies for eleven (11) air handler units at the Richard L. Roudebush Veterans Affairs Medical Center in Indianapolis, IN. The design will include Schematic Design, Design Development, Construction/Bid Documents per the A/E Design Submission Instructions Documents, Construction Administration Services, Technical Specifications and Cost Estimates. All air handler units (AHU) under consideration currently serve different portions of Bldg. 1 which is occupied with patients and staff. Any design must allow for the continuous operation of the Medical Center with minimal disruptions to the delivery of patient care.



SUBMISSION REQUIREMENTS:



Qualified SDVOSB 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: http://www.gsa.gov/portal/forms/download/116486) In Section H of Part 1 include information regarding the firms estimating effectiveness (estimated costs vs. actual costs), an organizational chart of the firm, a design quality management plan, and past compliance with performance schedules (original design schedule vs. actual design completion time) for each key design project listed in Section F. All submissions shall be made electronically by email. Please send to kenyon.dulaney@va.gov





Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required. Selection criteria shall be in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 as follows:







1. Professional qualifications necessary for satisfactory performance of required services: The qualifications of all individuals which will be used for these services, including the Project Manager, key personnel and any consultants, will be examined.





2. Specialized Experience: Including technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.





3. Professional Capacity: Ability for the firm in the designated geographic area of the project to accomplish the work in the required time.





4. Past Performance on contracts with the Federal Government, Department of Veterans Affairs and private industry in terms of cost control, quality of work and compliance with performance schedules. Limit past project references to those within the same scope as this advertisement.





5. Geographic Location and Facilities of Working Offices. Location in the general geographic area of the project and knowledge of the locality of the project. The proximity of each firm which would provide the professional services and familiarity with the area in which the project is located will be evaluated. This criterion will apply to the offices of both the Prime Firm and any Consultants. (In accordance with VAAR 805.207, the geographical area is limited to a 200 driving mile radius of Marion, Indiana).







FAILURE TO CLEARLY ADDRESS ALL FIVE LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW MAY RESULT IN REJECTION OF SF330.





Completed SF330s shall be sent to Kenyon.dulaney@va.gov





After the evaluation of submissions in accordance with the evaluation criteria listed herein, a 'short list' of three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the firm to enter into negotiations. Award of a Firm Fixed Price contract is anticipated by September 2023.



This is not a request for proposal. The Government will not pay for nor reimburse any costs associated with responding to this advertisement. The Government is under no obligation to award a contract as a result of this advertisement.


Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >