Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2025 SAM #8747
SOLICITATION NOTICE

C -- 657-24-102JC - Prepare Site for New PET/CT, Room A011D

Notice Date
11/5/2025 7:28:01 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25526R0025
 
Response Due
11/17/2025 12:00:00 PM
 
Archive Date
11/27/2025
 
Point of Contact
Abby L Monroe, Contract Specialist, Phone: 913-946-9916
 
E-Mail Address
abby.monroe2@va.gov
(abby.monroe2@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
Synopsis: PROJECT TITLE: Pre-Solicitation Notice for Project 657-24-102JC - Prepare Site for New PET/CT, Room A011D, Saint Louis VA Medical Center John Cochran Division, Saint Louis, MO. CONTRACT INFORMATION a. This A/E Services requirement is being procured in accordance with the Brooks Act (Public Law (PL0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected based on demonstrated competence and qualifications for the required work. b. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the VAAR 836.606-73 as implemented in FAR Subpart 36.6. c. This is not a Request for Proposal, and an award will not be made with this announcement. This announcement is a request for SF 330 s from qualified contractors that meet the professional requirements. d. The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602-1 and are listed below in descending order of importance. The completed SF 330 will be evaluated by the St. Louis VA Medical Center Evaluation Board in accordance with FAR 36.602-5(a) and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. The Government will not pay nor reimburse any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. e. Award of any resultant contract is contingent upon the availability of funds. f. 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 to Matthew.Finley@va.gov and Abby.Monroe2@va.gov. Personal visits to discuss this announcement will not be allowed. g. The NAICS Codes for this procurement is 541330 Engineering Services and small business size standard of $25.5M. Award of a Firm Fixed Price contract is anticipated. The anticipated time for completion of design is approximately 182 calendar days including time for VA reviews. The estimated magnitude of the resulting construction price range is estimated to be between $1,000,000 and $2,000,000. h. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS INCOMPLIANCE WITH VAAR 852.219-10. ONLY BUSINESSES VERIFIED AND LISTED IN THE SMALL BUSINESS ADMINISTRATION (SBA) REGISTRY https://veterans.certify.sba.gov, SHALL BE CONSIDERED. SYSTEM FOR AWARD MANAGEMENT (SAM): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their qualifications package. j. 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 and1128A 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. k. 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) l. A/E firms are required to respond if interested by submitting one (1) completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: https://www.gsa.gov/system/files/SF330-21.pdf). 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. All submissions shall be made electronically. m. Completed package shall be delivered electronically on or before 11/17/2025 at 2:00PM Central Standard Time to the NCO 15 Contracting Office, Matt Finley, Contracting Officer @ Matthew.Finley@va.gov and Abby Monroe, Contract Specialist @ Abby.Monroe2@va.gov. SCOPE OF WORK: Prepare Site for New Positron Emission Tomography/Computed Tomography, Room A011D Purpose of Project: The VA St. Louis Health Care System, John Cochran Division, will prepare existing space for a new Positron Emission Tomography/Computed Tomography in Room A011D. Project will require assessment of existing lead shielding. Scope to focus on refresh of space instead of a full reconstruction. Criteria: The Design Firm shall provide basic professional services and construction period services to prepare existing space for a new PET/CT system at the John Cochran Division of the VA Saint Louis Healthcare System. Design team shall create a complete package of Construction Documents to meet applicable design standards and building codes. Scope of Work for this project shall include, but not limited to, the following items and the necessary disciplines to accomplish these tasks. DESIGN DEVELOPMENT: The A/E shall complete a Pre-Construction Risk Assessment to determine the requirements for Infection Control, Interim Life Safety Measures, occupational safety and health, patient safety, public safety, security controls for physical and logical access, and environmental controls and limitations on vibrations, noise, and disruptions to operations and utilities. The results of these assessments will be included in documentation submitted by the A/E pursuant to, and inclusive of, the Construction Documents. Construction period services will include answering bidder s questions, providing amended documents as needed, periodic construction progress inspections, hazardous material abatement monitoring, final inspections, submittal review, creating record drawings and other items as described in the longer Supplement B document. The A/E shall provide a design to prepare existing space for a new PET/CT system in Room A011D. Project will require assessment of existing lead shielding. Scope to focus on refresh of space instead of a full reconstruction. VASTLHCS John Cochran Building 1 is an existing 11 story building with multiple additions that contains multiple medical services and clinics. Currently the PET/CT in Room A011D will be approaching or at end of life. Replacement of the equipment will require site preparation to ensure continued efficient patient care and provide upgraded system capabilities related to patient safety, lower radiation dose, and modernized communications. The design team shall survey each room listed and the utility systems, rooms, or areas that serve the listed rooms. The construction (and therefore design) includes demolition, hazardous material abatement (Industrial Hygiene) if needed, architectural, structural, carpentry, safety and infection measures, and other items as described in the longer Supplement B document and as needed. The A/E will be required to complete the drawings, specifications, narratives, and construction estimate. EVALUATION FACTORS: Selection Criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-5 and VA Acquisition Regulation (VAAR) Part 836.602-1.� Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as necessary.� SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Each page cannot exceed 81/2 x 11 in size. Qualifications (SF330) submitted by each firm for PROJECT NUMBER: 657-24-102JC - Prepare Site for New PET/CT, Room A011D VA Medical Center Saint Louis John Cochran Division will be reviewed and evaluated based on the following evaluation criteria listed below in descending order of importance: 1. PROFESSIONAL QUALIFICATIONS: Provide brief resumes of proposed team members who will specifically serve as the Project Manager(s), Designers of Record, and Quality Control Manager(s). In addition, provide resumes of other relevant team members or frequent subcontractors who will perform technical tasks under this contract including, but not limited to: Architects, Engineers (Civil, Structural, Mechanical, Electrical, Plumbing, Fire Protection/Life Safety, Commissioning), Cost Estimators, Environmental Safety & Health, Industrial Hygiene, BIM/CAD Tech. Include their record of working together. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline in the state of Missouri or in a state which Missouri has recognized their license. Each resume shall include a minimum of three (3) and a maximum of five (5) specific completed projects in the past five (5) years that best illustrate the individual team members experience relevant to this contract scope. Resume shall state the role the specific individual played in the project. 2. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE This factor evaluates the amount of experience the AE firm has in designing similar types of work/facilities and evaluating their technical competence. The factor includes an emphasis, where appropriate, on the firm's experience in and technical competence in health care and an active medical center. Provide a detailed narrative of a minimum of three (3) and up to five (5) maximum relevant projects that have completed design AND completed construction within the last 10 years which best illustrate overall team experience relevant to this contract scope. List projects that demonstrate the teams experience with projects of similar size and scope to those to be performed under this contract. 3. CAPACITY TO ACCOMPLISH WORK. The general workload and staffing capacity of the design office will be responsible for the majority of the design and the ability to accomplish the work in the required time. This factor evaluates ability of the AE firm, given their current projected workload and the availability of their key personnel, to accomplish the design project in the required time. It also requires that all firms submitting a 330 must certify that they can and will comply with VAAR 852.219-75 VA Notice of Limitations on Subcontracting. Provide completed and signed VAAR 852.219-75 VA Notice of Limitations on Subcontracting document What are your current staff levels, including consultants, available to accommodate this project while still maintaining ongoing projects/ workload? Indicate the firms' present workload and the availability of the project team (including sub-consultants) for the specified contract performance period. 4. PAST PERFORMANCE: Submitters will be evaluated on past performance on recent and relevant contracts with Government agencies (emphasis on VA work) and private industry in terms of construction cost estimating, cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Project past performances that are older than 10 years will receive a lesser rating than those references for projects accomplished within the past 10 years. Provide 5 completed relevant project Final CPARS, past performance questioners or similar as past performance documentation. 5. ESTIMATING EFFECTIVENESS: Provide information on the five (5) most recently awarded construction projects that were designed by this A/E team. Provide the project title, brief scope of work, A/E team s construction estimate total and actual construction award price. If the difference is greater than 10% explain why the A/E believes the difference was greater than 10%. If the team does not have any recent projects, provide the same information on projects that the prime A/E for this team was the prime A/E for the past projects. Provide the names, titles and experience of the persons that will perform the design for each discipline; and then has oversight of the entire estimate. 6. CLAIMS AND TERMINATIONS: Claims and Terminations: record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services will be examined. Provide information on any litigation involvement of the past five (5) years and the outcome.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5bad8ce2125a4443865612841db23b4c/view)
 
Record
SN07635543-F 20251107/251105230037 (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.