AE Replace Air Handlers and Roof Deficiencies
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Updated)
- Updated Published Date: Aug 20, 2023 05:22 pm EDT
- Original Published Date:
- Requirements Strategy:
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Sep 30, 2023
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Indianapolis , IN 46202USA
Description
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.
Contact Information
Primary Point of Contact
- Kenyon Dulaney
- kenyon.dulaney@va.gov
- Phone Number 6149698804