Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2025 SAM #8627
SOURCES SOUGHT

C -- 541-24-503 Renovate Endoscopy SPS Scope Area - AE Design - VAMC Cleveland “This is not a Request for SF 330s�?

Notice Date
7/8/2025 11:26:15 AM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25025Q0703
 
Response Due
7/18/2025 10:00:00 AM
 
Archive Date
10/25/2025
 
Point of Contact
Terence James, Contract Specialist, Phone: 216-004-9531, Fax: N/A
 
E-Mail Address
terence.james@va.gov
(terence.james@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Sources Sought Notice *= Required Field Sources Sought Notice The Department of Veterans Affairs (DVA) Network Contracting Office (NCO) 10 is seeking qualified Architect-Engineering (AE) firms to submit Standard Form 330 (SF330) Architect / Engineer Statement of Qualifications for a Single Award Contract for Architectural and Engineering (AE) services at the Cleveland VA Medical Center (VAMC), 10701 East Blvd, Cleveland, OH 44106 Firms submitting qualification packages must comply with Federal Acquisition Regulation (FAR) 52.236-25 Requirements for Registration of Designers Architects or engineers registered to practice in the particular professional field involved in a State, the District of Columbia, or an outlying area of the United States shall prepare or review and approve the design of architectural, structural, mechanical, electrical, civil, or other engineering features of the work. Architects and Engineers performing work on projects must be registered in the State of Ohio (the laws of the State of Ohio regarding registration of architects and engineers applies). Multi-disciplinary architectural AE Services to be provided as follows: AE shall be required to furnish services in accordance with current Department of Veterans Affairs Master Specifications (PG-18-1), Barrier Free Design Guide (PG-18-13), Unified Facilities Guide Specifications, International Building Codes, National Fire Protection Association codes, and other agency standards. DVA specific documents are located on the Office of Construction and Facilities Management Technical Information Library (http://www.cfm.va.gov/TIL/). AE services required shall be multidisciplinary in nature to include but not limited to civil and structural engineering & estimating. 1. Concept and scope development. 2. Investigations, Assessments, and Feasibility studies. 3. Space planning. 4. Environmental studies. 5. Program analysis. 6. Schematic design. 7. Pre-construction document technical investigation and studies. 8. Design, drafting, and planning services for renovation, demolition and alterations to existing facilities, interior design, and space planning; AE services required are Engineering and Structural Analysis. The potential project requires engineering services for commercial or industrial type facilities, vertical/horizontal construction, pavements and roads, and other hospital related structures. Standard services, in addition to those inherent to the project requirements are (but not limited to): Provide professional engineering services as required for the inspection, analysis, and preparation for the project. Closely coordinate AE s work performed in his/her office with the related work of the Government staff personnel. Promptly report to the Contracting Officer any ambiguities or discrepancies discovered in the project requirements, criteria, or documents involving their work or the work of the Government. Assist the VAMC and Engineering Office in conferring and coordinating with state and local government agencies, as required. Visit the project site, hold conferences and discussions with the Government representatives in VA s offices, and take such other action as may be necessary for the design development, and coordinate and complete the required services and documents. The AE shall use the most current DVA Master Specifications which can be found at: http://www.cfm.va.gov/til/spec.asp and shall edit (accordingly) to ensure best practices and to suit the project. The AE shall document and distribute to the DVA all site visits, meeting minutes, provide a record of all phone messages, and reports monthly. AE shall prepay shipping charges on all charts, sketches, drawings, reports, and documents that are sent to the Contracting Officer and/or COR. AE is responsible for physical surveys and investigations (in order to minimize construction change orders) of existing conditions, which may include forensic analysis, structural surveying, and accuracy of existing studies and data. Investigative services may require destructive demolition. SET-ASIDE INFORMATION: This procurement is a Total Set-Aside for Small Business (SB) AE firms. The primary North American Industry Classification System (NAICS) Codes is 541310 Engineering Services. The Government intends to make a single contract award to a qualified SVOB AE firm, contingent upon a sufficient number of qualified SVOB AE firms are deemed most highly qualified and eligible for the award. Verification of SVOB status will be done via confirming current registration in the Center for Veterans Enterprise Vendor Information Pages database (https://veterans.certify.sba.gov/). Firms submitting a qualification package must have a current registration in the System for Award Management (https://sam.gov). The awarded contract will be a 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 one-stage process, in accordance with FAR 36.602-5(a) - Short selection process for contracts not to exceed the simplified acquisition threshold. This single stage consists of the evaluation of the SF-330 s and determination of the highest rated firm. All other firms will be notified at this time. The top ranked firms will receive solicitation for pricing and conduct negotiations. Responses for this Sources Sought Notice are due Close of Business July 18, 2025 and should be emailed to Terence James; Email: Terence.James@va.gov **NOTE:� THIS IS A SOURCES SOUGHT NOTICE.� THIS IS NOT A REQUEST FOR SF 330S.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/732d8a034cad463887da2ccbbaed4bb7/view)
 
Place of Performance
Address: Network Contracting Office (NCO) 10 VAMC Cleveland 10701 East Blvd., Cleveland, OH 44106, USA
Zip Code: 44106
Country: USA
 
Record
SN07502150-F 20250710/250708230055 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.