Closed Solicitation · DEPARTMENT OF VETERANS AFFAIRS

    C1DA--515-25-203 RENOVATE BLOOD DRAW, BUILDING 2

    DEPARTMENT OF VETERANS AFFAIRS
    Sol. 36C25025R0073PresolicitationSet-aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)DAYTON, OH
    Closed
    STATUS
    Closed
    closed Apr 25, 2025
    POSTED
    Sep 25, 2025
    Publication date
    NAICS CODE
    541310
    Primary industry classification
    PSC CODE
    C1DA
    Product & service classification

    AI Summary

    The Department of Veterans Affairs is seeking qualified Architect-Engineering firms to submit qualifications for the renovation of the Blood Draw Lab at the VA Medical Center in Battle Creek, Michigan. The project includes design services for schematics, construction documents, and site visits. This is a total small business set-aside opportunity.

    Contract details

    Solicitation No.
    36C25025R0073
    Notice Type
    Presolicitation
    Set-Aside
    Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
    Posted Date
    September 25, 2025
    Response Deadline
    April 25, 2025
    NAICS Code
    541310AI guide
    PSC / Class Code
    C1DA
    Primary Contact
    Terrance Deininger
    City
    DAYTON
    State
    OH
    ZIP Code
    45428
    AI Product/Service
    service

    Description

    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 515-25-203 Renovate Blood Draw Lab Bldg. 2. 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 this notice. The Scope of Work for this project is as follows: The Architect/Engineer shall provide design services necessary to furnish: Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 515-25-203, Renovate Blood Draw Lab B2, at the VA Medical Center in Battle Creek, Michigan. Work shall include renovation of 1,500 square feet of area to include the expansion of the blood draw area to 3 draw spaces, maximizing waiting area, provide optimal traffic flow, and reception area modifications. Work to include but not be limited to: Review existing floor plans, clinical services and traffic patterns, tour the area, and determine best approach to minimize impact to existing services during construction. Comprehensive site investigations to determine full extent of coordination between new and existing work. Reconfigure existing video surveillance throughout area. Reconfigure all existing work (Electrical, Mechanical, Plumbing, etc. as required for new floor plan. Present 3 conceptual designs 30 days after Kickoff meeting. Set-aside Information: This procurement is a Total Small Business Set-Aside for AE firms. The primary North American Industry Classification System (NAICS) Codes is 541310, Architectural Services. 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. 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. 5.1 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. 5.2 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. 5.3 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 projects 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. 5.4 Construction Period Services: 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. 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. 5.5 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 controlling the schedule and budget. Include a description of the proposed communication plan between project leadership, the design team, subconsultants, and the Government. 5.6 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. 5.7 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. 5.8 Geographic Location: The Geographical requirement for the AE s prime or branch working office to be within 500 miles.  However, the working office from which the prime AE firm performing the design from which site visits will be conducted during design and during construction shall be within 4 hours driving distance of the project location. Driving time will be calculated via the fastest route from the working office to the project location using Google Maps Directions feature. 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 (https://sam.gov/). Working office locations not registered in SAM shall result in the entire SF330 submission being determined as not having met the requirements of this pre-solicitation announcement and will not be considered. 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. Submittal instructions: All interested and capable venders are to submit an electronic SF330 package for review. The SF330s can be submitted to email address: terrance.deininger@va.gov. The package must be received and in government control NLT April 25, 2025 at 2:00 P.M. EST. Questions and other inquiries are to be directed only via email to Contract Specialist at terrance.deininger@va.gov. NOTES: THIS PRE-SOLICITATION NOTICE IS SUBJECT TO AMENDMENT. MONITOR THIS ADVERTISEMENT AND SUBSCRIBE TO SAM.GOV TO INSURE NOTIFICATION OF ANY AMENDMENTS OR OTHER CHANGES TO THIS ADVERTISEMENT.

    Key dates

    1. September 25, 2025Posted Date
    2. April 25, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    C1DA--515-25-203 RENOVATE BLOOD DRAW, BUILDING 2 is a federal acquisition solicitation issued by DEPARTMENT OF VETERANS AFFAIRS. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.