Architect Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Synopsis: Request For Architectural And Engineer 330 Submission
solicitation: 36c25525r0048, Prepare Site For Cath Lab Equipment
project No. 589a7-25-503
contract Information
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 For Negotiation Based On Demonstrated Competence And Qualifications For The Required Work.
this Procurement Is Restricted To Service-disabled Veteran Owned Small Business (sdvosb) Firms. This Requirement Is Being Procured In Accordance With The Vaam 836.6 Implemented In Far Subpart 36.6.
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 Architectural And Engineer (a&e) Contractors That Meet The Professional Requirements.
after The Evaluation Of Sf330 Submissions In Accordance With The Evaluation Criteria, 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 Number One Firm For Negotiations. 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. The Contract Is Anticipated To Be Awarded No Later Than July 1, 2025.
award Of Any Resultant Contract Is Contingent Upon The Availability Of Funds.
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 (jennifer.hill@va.gov).
personal Visits To Discuss This Announcement Will Not Be Allowed.
the Naics Code For This Procurement Is 541310, Architectural Services And The Small Business Size Standard Of $13 Million. Award Of A Firm Fixed Price Contract Is Anticipated. Anticipated Time For Completion Of Design Is Approximately 209 Calendar Days Including Time For Va Reviews. The A/e Firm Shall Also Be Required To Perform Construction Period Services If Award Of A Construction Project Contract Is Made.
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 Vetcart Pages Database, Now Veteran Small Business Certification (sba.gov), Shall Be Considered.
system For Award Management (sam.gov):
federal Acquisition Registrations Require That Federal Contractors Register In The System For Award Management (sam.gov) Database At Https://sam.gov/content/ 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.gov Prior To Submitting Their Qualifications Package.
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 Https://sam.gov/content/ 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.
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)
qualified 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).â 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 Must Be In Pdf And Emailed.
completed Package Shall Be Delivered On Or Before April 1, 2025, By 10:00 Am Ct To The Following Email Address: Jennifer.hill@va.gov.
email Subject Line Shall Clearly Identify Solicitation Number: 36c25525r0048 And Project Name Prepare Site For Cath Lab Equipment Project No. 589a7-25-503
the 330 Submission Must Be A Pdf Document And Must Be Below 10 Mg.
project Information
589a7-25-503 Prepare Site For Cath Lab Equipment
scope Of Work:
a/e Shall Design The Renovation Of Existing Space In Building 2. This Design Will Renovate Approximately 1500 Sf Of Space To Be Used As Image Guided Catheterization Laboratory Suites. The Design Will Include The Associated Control Room And Equipment Rooms.
as Part Of Initial Design Development, A/e Shall Review Proposed Site And Evaluate Feasibly And Constructability As Well As Suggest Potential Alternatives. Construction Will Consist Of But Is Not Limited To, The Following: Replacement Or Relocation Of Mep Equipment, Necessary Demolition And Removal; New And Reconfigured Partitions; Mechanical, Plumbing, Lighting, Fire Protection, And Electrical Systems Upgrades (as Necessary); New Interior Finishes To Ceiling, Walls, Doors, And Flooring; New Casework; Site Preparation For Installation Of Government Furnished Equipment. The Design Will Also Include Any Necessary Changes To The Room Shielding.
construction May Also Include The Abatement Of Any Asbestos As Identified On The Provided Drawings. The Construction Of This Project Will Take Place In A Very Busy Occupied Building And Is To Be Completed To Allow Medical Care Functions To Be Maintained Uninterrupted Throughout Construction Necessitating Carefully Phased Construction And Coordination With Va Cor/users. The A/e Shall Make Investigations Necessary To Thoroughly Evaluate The Area, Including Interviewing The Staff Impacted Because Of This Project. All Design Shall Be In Accordance With A/e Submission Instructions For Minor And Nrm Construction Program, Program Guide Pg -18 -15, Volume C, And All Va Supplemental Physical Security Directives.
evaluation Factors:
selection Criteria Are In Accordance With Federal Acquisition Regulation (far) Part 36.602-1 And Va Acquisition Regulation (vaar) Part 836.602-1. Prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf 330 Packages Using Additional Pages As Necessary. Sf 330 Submissions Including Any Additional Pages Are Not To Exceed Fifty (50) Pages Exclusive Of Table Of Contents, Title Page, And Divider Pages. Each Side Of A Piece Of Paper Is Considered To Be One Page (i.e. Two Pages To A Single Sheet Of Paper). Blank Pages Are Not Included In The Count.
sf330 Submission Packages Which Exceed 50 Pages Will Be Considered Non-responsive And Shall Be Excluded From Further Consideration. The Only Exclusions To The 50 Page Limit As Listed In The Request For Sf330 Are: Table Of Contents, Title Page, And Divider Pages. Title Page Shall Not Exceed More Than One (1) Page. Table Of Contents Shall Only Contain The Information Necessary To Define The Contents Of The Document. Divider Pages May Contain A Maximum Of One (1) Line Of Description.
the Vaar Clause 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (attached) Shall Be Returned Completed As A Separate Document In The Submission Email That Does Not Count Towards The 50 Pages. Submissions That Do Not Include A Completed And Signed Copy Of 852.219-75 Will Be Found Nonresponsive And Shall Be Excluded From Further Consideration.
responses Must Reference 36c25525r0048 And Project 589a7-25-503 Prepare Site For Cath Lab Equipment.
prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf 330 Packages And The Information Contained Herein.
qualifications (sf330) Submitted By Each Firm For 589a7-25-503 Prepare Site For Cath Lab Equipment Will Be Reviewed And Evaluated Based On The Following Evaluation Criteria Listed Below:
professional Qualifications: 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. Ae Firms Shall Have Professional Architects, Engineers, And Consultants Who Are Licensed In The United States Of America. Current And Valid License Information Must Be Provided. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, And Experience Relevant To A Project Of This Size And Scope) Of Personnel Proposed For Assignment To The Project.
key Positions And Disciplines For This Project Which Will Be Evaluated Include, But Are Not Limited To:
project Manager
lead (supervisory) Architect/designer
commissioning Agent
fire Protection Engineer
electrical Engineer
plumbing Engineer
mechanical Engineer
quality Assurance
healthcare Planner
cost Estimator
structural Engineer
key Positions Are Listed In Descending Order Of Importance And Will Be Evaluated The Same. A/e Firms Are Required To Develop Their Own Team Based Upon Their Understanding Of The Project Requirements And Not Solely Upon The Previous List.
specialized Experience And Technical Competence: A/e Firms Must Have Specific Experience And Technical Skill In The Type And Scope Of Work Required For Successful Design Of Fire Alarm Systems For A Hospital Or Medical Center Of The Same Size And Scope As This Project. An Active Facility Which Operates 24 Hours A Day And 7 Days A Week May Be Substituted. Additionally, Experience With Renovations And New Construction At Existing Medical Facilities (or Similarly Active Facilities), Including, Where Appropriate, Renovating Of Occupied Space For Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials Will Be Considered. Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team Must Be Presented For Evaluation.
submissions Shall Include No More And No Less Than One (1) And No More Than Three (3) Recent And Relevant Government And Private Experience Projects Similar In Size Scope And Complexity, And Experience With The Type Of Projects/competence Above. Relevant Is Defined As Those Task Requirements Identified In The Project Description. Recent Is Defined As Design And Construction Period For Projects That Are Both Design And Construction Complete Within The Past 5 (five) Years. Each Project Shall Include The Following:
project Title, Contract Number, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e. Prime Contract, Teaming Partner Or Subcontractor
project Owner, Owner S Point Of Contact Including Telephone Number And Email Address.
services & Deliverables Provided Under The Contract/task Order.
period Of Performance, Including Start And Completion Dates.
total Dollar Value Of The Project For Both The Award Cost And Final (completed) Cost.
federal, State, Or Private Enterprise Contract?.
the Evaluation Will Also Consider Narratives Addressing The Following Topics In Section H. Simply Re-stating This List In Section H Will Not Be Sufficient. The Narrative Of How The Firm Addresses Each Of These Will Be Evaluated.
the Management Approaches.
the Coordination Of Disciplines And Subcontractors
quality Control Procedures, And
familiarity With Va Design Guides/manuals, Master Specifications And Other Applicable Federal, State, And Local Standards.
capacity: The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide 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. In Accordance With Vaar 852.219-10(c)(1), Prime Contractors Shall Clearly Demonstrate How They Will Meet The Requirement That At Least 50 Percent Of The Design Work Be Accomplished By Employees Of The Concern Or Employees Of Eligible Service-disabled Veteran Owned Small Business Subcontractor/consultant.
past Performance: Provide Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Project Cost Control, Quality Of Work, And Compliance With Performance Schedules. Information Presented Must Clearly Demonstrate The Construction Cost Limit, A/e Created Cost Estimate, And Final Awarded Cost Of The Project.
past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database.
for Any Project That Does Not Have Cpars Data Available, A Past Performance Questionnaire (ppq) May Be Submitted With The Sf330. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion.
evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq.
evaluations Will Consider Ratings On Projects Which Are Design And Construction Complete In The Last Three (3) Years, Information Regarding Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness.
failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf 330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated.
location Of Design Firm: Per Far 36.602-1 Selection Criteria: Market Research Indicates That At Least 3 Qualified Firms Exist Within A 1000-mile Radius Of The Wichita Va Medical Center Located At 5500 E. Kellogg, Wichita, Kansas 67218. This Procurement Is Restricted To Service-disabled Veteran Owned Small Business (sdvosb) Firms Located Within A 1000 Mile Radius Of The Robert J. Dole Veterans Affairs Medical Center (vamc) In Wichita, Kansas. Architectural Prime Contractors Whose Primary (i.e. Headquarters, Primary Corporate Office, Main Office) Physical Business Address Is Within A 1000 Mile Radius From The Wichita Va Medical Center Located At 5500 E. Kellogg, Wichita Kansas 67218 And Resides Within The Borders Of The United States Of America Will Receive A Higher Score On Evaluations.
architectural Prime Contractors Whose Primary Physical Business Address Is Outside A1000-mile Radius From The Wichita Va Medical Center Located At 5500 E. Kellogg, Wichita Kansas 67218 And Resides Within The Borders Of The United States Of America Will Receive A Lesser Score On Evaluations.
architectural Prime Contractors Are Required To Verify The Primary Physical Business Address (described Above) As Part Of The Sf330 Response. If The Information Cannot Be Verified As Required, The Sf330 Will Be Found To Be Nonresponsive And Will Not Receive Further Consideration.
sf 330 Submissions From Companies Located Outside The Borders Of The United States Of America Shall Not Be Considered.
claims And Terminations: Any Record Of Significant Claims Against The Firm Or Terminated Contracts Because Of Improper Or Incomplete Architectural And Engineering Services Will Be Examined.
Closing Date1 Apr 2025
Tender AmountRefer Documents
Al Ova Jiho Esk Galerie Tender
Czech Republic
Details: The Subject Of The Design Competition Will Be The Comprehensive Architectural Design Of The New Building Of The Alšova South Bohemian Gallery Museum On Senovážné Square In České Budějovice. The Selected Architect/general Designer Team Will Subsequently Process All Project Phases Of The Investment Plan. The Purpose Of This Preliminary Notice Is To Survey The Market Regarding The Interest Of Potential Suppliers In The Proposal Competition. More Detailed Information On The Market Research Is Published On The Profile Of The Client. This Is Not A Preliminary Market Consultation. Publication Of The Preliminary Information Notice Does Not Initiate The Design Competition; The Contest Will Be Initiated With The Announcement Of The Contest Commencement..
Closing Date19 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: This Pre-solicitation Notice Is Not A Request For Proposal. All Information Needed To Submit Sf330 Documents Are Contained Herein. No Additional Solicitation Package Or Technical Information Will Be Issued. Project: 534-23-102 Ae Replace Roofs Phase 2 Work Location: Ralph H. Johnson Health Care System, Charleston, Sc Estimated/target Completion Period: 177 Calendar Days After Ntp Is Issued. Construction Magnitude: Between $1,000,000 And $5,000,000 Naics: 541310 Architectural Services Small Business Standard: $12.5 Million Set-aside: 100% Service-disabled Veteran-owned Small Business (sdvosb) Site Visits Will Not Be Arranged During This Phase. The Anticipated Award Date Of The Proposed A-e Contract Is On Or Before September 30th, 2025. Sf 330 Date Of Receipt/due Date: Interested Firms Having The Capabilities To Perform This Work Must Submit One (1) Electronic Sf330 And Attachments If Any, No Later Than (nlt) 3:00pm (est) March 10th, 2025. Project Overview: Provide Professional Architect/engineer (a/e) And Healthcare Planning Services Necessary To Replace Roofs That Have A) Reached The End Of Their Useful Life, B) Are Not Sloped Correctly To Provide Positive Drainage Or C) Do Not Have The Required Secondary Drains. This Project Also Increases The Thermal Insulation To Meet Va Energy Directives, Corrects Numerous Issues With The Lightning Protection System And Recertifies The Building, Replaces Roof Curbs Due To Seismic Requirements And Demolishes Aged Rooftop Equipment Or Replaces It. The Charleston Vamc Preference Is For A Modified Sbs Built Up Roof Membrane System With A Light-colored Top Fiber Embedded Cap Sheet. A/e May Provide Alternatives Based On Their Professional Expertise For Discussion And Review By The Vamc. Roofs To Be Addressed Are: 1c-1, 2aa-1, 2d-1, 2e-1, 2f-1, 2g-1, 2h-1, 2h-2, Undesignated Roof Outside 3bn. Sdvosb Set-aside: This Requirement Is A 100% Set-aside For Service-disabled Veteran-owned Small Businesses Under The Authority Of 38 U.s.c. 8127(d). To Be Eligible For Award The Sdvosb You Must Be Considered Small Under The Relevant Naics Code. Sdvosb Contractors Must Be Verified And Viewable In Small Business Administration Veteran Small Business Certification (vetcert) Database Https://veterans.certify.sba.gov Prior To Submission And Prior To Award Of Contract With Vaar 804.1103-70. Status As A Qualified Sdvosb Concern Is Under The Authority Of 38 Cfr Part 74 In Accordance With The Va Acquisition Regulation (vaar) Part 819. Any Person, Persons, Or Business Entity Suspected Of Misrepresenting Itself For The Purpose Of Securing A Government Contract May Be Criminally Investigated And Prosecuted For Fraud Against The United States Of America. Parties Found Misrepresenting Their Status Also Risk Debarment From Further Government Contracts. Eligible Sdvosb Concerns Must Also Be Registered At The Following Websites: System For Award Management (sam): Https://www.sam.gov/ Vets100/100a Report Must Be Complete: Http://www.dol.gov/vets/vets4212.htm Important Notice: Prior To Submitting A Package Under This Sdvosb Set- Aside Solicitation; Offerors Must Apply For And Receive Verification From The Small Business Administration In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership, And Control Sufficient To Establish Appropriate Status. All Offerors Are Urged To Contact The Sba And Submit The Required Documents To Obtain Verification Of Their Sdvosb Status If They Have Not Already Done So. For A Service-disabled Veteran Owned Small Business (sdvosb) To Be Considered As A Prospective Contractor, The Firm, Including Joint Ventures, Must Be Verified And Registered In The Small Business Administration Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov) And Registered In The System For Award Management (sam) Database (www.sam.gov) At Time Of Submission Of Their Qualifications. Failure Of A Prospective Sdvosb To Be Verified By The Center For Veterans Enterprise (cve) At The Time The Sf 330 Is Submitted Shall Result In Elimination From Consideration. All Joint Ventures Must Be Cve Verified At Time Of Submission And Submit Agreements That Comply With 13cfr 125.15 Prior To Contract Award. Sf 330 Selection Criteria: Evaluation Of Submission Requirements And Selection Criteria Are Provided Below And Listed In Relative Order Of Importance. Note: Failure To Meet An Acceptable Submission Requirements For Each Criteria Will Result In The Entire Submission Being Denied For Further Evaluation. Phase 1 Submission Requirements Objective Scoring: Acceptable Submissions Meets All Submission Requirements Unacceptable Submission Fails To Meet At Least One Submission Requirement Specialized Experience And Technical Competence In The Type Of Work Required. Submission Requirements: Sf 330 Information Shall Be Provided Per The Latest Format From The Gsa Library Located At Https://www.gsa.gov/forms-library/architect-engineer-qualifications. Complete Using Blocks F. And H. Of The Sf330 Form. Complete Block F. For Each Relevant Project. Complete Block H. Summary Sheet For The Offeror And Each Key Consultant; Each Summary Sheet Shall Be Not More Than One (1) Page In Length. Submit No More Than Five (5) Projects Similar To Required Work In The Solicitation From The Date The Solicitation Closes To Five (5) Years Prior; At Minimum, Three (3) Projects Must Be Construction Complete Or Construction Substantially (50%+) Complete; Projects/data Submitted Shall Be Projects With Total Construction Costs Of $1,000,000 And Greater; Projects May Include Federal, State, Or Local Government, As Well As Private Industry Projects. Offerors Are Responsible For Providing Project Description And Applicable Information In Sufficient Detail To Permit Evaluation Of Project Relevancy Versus These Minimum Requirements. Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Work, And Compliance With Performance Schedules. Submission Requirements: Complete A Summary Sheet Using Block H. Of The Sf 330 Describing The Offeror S Past Performance. The Summary Sheet Shall Be Not More Than Two (2) Pages In Length. Provide The Contractor Performance Assessment And Reporting System (cpars), Interim And Final Reports, For Each Submitted Federal Entity Project Under Specialized Experience Criteria, Above. If A Cpars Is Not Available, Provide A Ppq. If A Relevant Project Submitted Under Specialized Experience Criteria Does Not Have A Cpars Because It Is A Non-federal Entity Project, Provide A Past Performance Questionnaire (ppq). Cpar And Ppq Reports Will Not Count Towards Page Limitations. Professional Qualifications Necessary For Satisfactory Performance Of Required Services. Submission Requirements: Complete Using Block E. Of The Sf 330. Submit Personal Resumes And Relevant Information For Key And Responsible Personnel. Block E. Shall Be Not More Than One (1) Page In Length Per Individual. The Offeror Shall Have A Professional Engineer, Currently Registered In Any Us State Or Territory Of The United States, Knowledgeable In Their Registered Design Discipline, To Be The Lead Designer Responsible For Reviewing And Approving Design Submissions. The Offeror Shall Have A Professional Engineer, Qualified And Knowledgeable Of South Carolina State And Local Regulations, Be The Lead Designer Responsible For Reviewing And Approving Design Submissions And Facilitating Permit Documentation (depending On The Nature Of The Design I.e. Environmental, Hazardous Material Abatement, Stormwater, Etc.). Key Personnel To Provide Qualifications To Meet This Criterion Include Principal(s), Project Manager(s), Key Consultants, Individuals Responsible For Implementation Of The Design Qa/qc Plan, Licensed Asbestos Inspector, Physical Security Specialist, Life Safety Specialist, And Other Individuals That Are Responsible Or Accountable For Design Submissions And Regulatory Compliance. Physical Security Subject Matter Experts Shall Meet The Requirements Of Section 10.1.5 Of The Physical Security & Resiliency Design Manual. Experience In Construction Period Services. Submission Requirements: Complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Performance Completing Construction Period Services (cps) For Construction For Each Submitted Project Under Specialized Experience Criteria, Above. Narrative Shall Be Not More Than Two (2) Pages In Length. Submission Requirements: Complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Performance Completing Construction Period Services (cps) For Construction For Each Submitted Project Under Specialized Experience Criteria, Above. Narrative Shall Be Not More Than Two (2) Pages In Length. Provide A Narrative Describing The Below Services, But Not Limited To: Professional Field Inspections, Both Scheduled And Emergent; Maintaining A Comprehensive Submittal Log Inclusive Of Material Data, Shop Drawings, Certifications, Etc.; Review Of Construction Submittals For Design Conformance, Variance, And Applicable Code/standard Compliance; Providing Timely And Complete Responses To Requests For Information; Providing Supporting Documentation (statements Of Work, Cost Estimates, Technical Reports, Etc.) For Construction Modifications; Providing Record Drawing Documentation; Process For Correcting Design Errors/omissions Identified During Construction; And, Other Requirements Defined Under Cps In The Statement Of Work. Narrative Shall Be Not More Than Two (2) Pages In Length. Capacity To Accomplish The Work In The Required Time. Submission Requirements: Complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Work Capacity. Narrative Shall Be Not More Than One (1) Page In Length. Location In The General Geographical Area Of Charleston, Sc, And Knowledge Of The Locality Of The Ralph H. Johnson Va Facility: Submission Requirements: Complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Experience In The Charleston, Sc Geographical Area. Narrative Shall Be Not More Than One (1) Page In Length. The Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors: Submission Requirements: Complete Using Block H. Of The Sf 330. Provide A Narrative That Discusses The Offeror S Approach. Narrative Shall Be Not More Than One (1) Page In Length. Offerors Shall Complete And Submit The Following Statement In Block H. : I [signatory Authority], Of [offeror Company Or Joint Venture] Certify That The Team Proposed To Perform Under This Requirement Demonstrates The Capability Of 50% Sdvosb Performance In Compliance Of 48 Cfr 852.219-10 . Phase 2 Evaluation Of Selection Criteria Specialized Experience And Technical Competence In The Type Of Work Required. Basis Of Evaluation: Specialized Experience Pertains To The Types, Size, Volume, Budget, And Complexity Of Work Previously Or Currently Being Performed By The Offeror That Is Comparable To The Work Covered By This Solicitation. Specialized Experience May Also Include Unique Conditions, Considerations, Or Circumstances Encountered That Are Relevant To This Solicitation. Specialized Experience Does Not Include Overseas Offices For Projects Outside The United States, Its Territories, Or Possessions; Nor Does It Include Subsidiaries That Are Not Normally Subject To Management Decisions, Accounting, And Policies, Or A Holding Or Parent Company Or An Incorporated Subsidiary That Operates Under A Firm Name Different From The Parent Company. Technical Competence Includes Construction And Design Projects Similar In Project Scope, Size, Construction Features, Dollar Value, And Complexity Of That Listed In The Solicitation. Technical Competence Also Includes Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. Similar Complexity Is Considered Projects Of An Operational, Construction, Or Design Likeness To The Work Covered In The Solicitation. Specific Emphasis Of Experience And Technical Competence Shall Be Geared Towards Fire Protection, Seismic Design/retrofit, Physical Security Resilience And Design, Healthcare Design/planning, Building Automati Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Work, And Compliance With Performance Schedules. Basis Of Evaluation: Past Performance Is A Measure Of The Degree To Which An Offeror Satisfied Its Customers Needs And Requirements And Compliance With Applicable Codes, Standards, Laws, And Regulations. The Evaluation Of Past Performance Will Include But Is Not Limited To: The Customer S Assessment Of The Offeror's Commitment To Customer Satisfaction; Timely Delivery Of Quality Work; The Offeror's Record Of Conforming To Contract Requirements And Applicable Codes, Standards, Laws, And Regulations; Successful Implementation Of A Quality Control Plan And Quality Control Procedures; Addressing Design Errors/omissions Timely; Adherence To Approved Schedules; And, History Of Timely And Professional Communication And Cooperative Behavior. Include Information On Problems (errors/omissions) Found, How The Problems Were Corrected, And The Impacts To The Successful Completion Of The Project (time Delays, Cost Impacts, Design Modifications, Etc.). Provide Information Supporting Favorable Cost Control, Quality Of Design Submissions, And Schedule Compliance. Include A Discussion On The Offeror S Record Of Significant Claims For Improper Or Incomplete Design Services. Higher Ratings May Be Given For Work Performed On Va Medical Center Campuses. Adjectival Rating: Offeror Risks Receiving A Lower Rating If Fewer Than Three (3) Ppqs Are Provided Or If The Ppqs Were Not Completed By Project Point Of Contact. Failure To Demonstrate Proven Competence To Perform Projects With Similar Requirements To The Requirements Of The Solicitation May Be Considered Ineligible For Award. If No Cpars Or Ppqs Are Submitted Or Responses To Requests Were Not Provided, The Rating Shall Not Be Higher Than Satisfactory . Professional Qualifications Necessary For Satisfactory Performance Of Required Services. Basis Of Evaluation: Evaluation Of Professional Qualifications Will Include But Is Not Limited To The Subjective Assessment Of The Offeror's Individual Resumes. The Offeror Shall Describe And/or Depict Which Projects And How Well Key Personnel Of The Design Team Have Worked Together. Higher Ratings For This Criterion May Be Given When The Offeror's Specific Personnel Demonstrate Relevant Credentials, Such As Involvement And Degree Of Involvement In Professional Organizations, Research/publications, Code/standard Body Involvement, Etc. Adjectival Scoring: Offerors Unable To Demonstrate Professional Qualifications Necessary To Perform Designs May Be Considered Ineligible For Award. Experience In Construction Period Services. Basis Of Evaluation: Experience In Construction Period Services To 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, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services. Evaluation Of The Offeror S Knowledge, Skills, And Abilities To Complete Necessary Cps To Support Successful Project Completion. Provide A Narrative Describing The Below Services, But Not Limited To: Professional Field Inspections, Both Scheduled And Emergent; Maintaining A Comprehensive Submittal Log Inclusive Of Material Data, Shop Drawings, Certifications, Etc.; Review Of Construction Submittals For Design Conformance, Variance, And Applicable Code/standard Compliance; Providing Timely And Complete Responses To Requests For Information; Providing Supporting Documentation (statements Of Work, Cost Estimates, Technical Reports, Etc.) For Construction Modifications; Providing Record Drawing Documentation; Process For Correcting Design Errors/omissions Identified During Construction; And, Other Requirements Defined Under Cps In The Statement Of Work. Capacity To Accomplish The Work In The Required Time. Basis Of Evaluation: Identify The Offeror S Past, Present And Projected Future Workload, Including Va Contracts Over The Previous 12 Months. Describe The Offeror S Capacity To Incorporate This Solicitation S Work While Meeting Prescribed Dates For Current Workload. Each Key Team Member To Include % Of Available Capacity To Take On New Projects. Evaluation Of This Factor Will Be An Assessment Of The Offeror S Ability To Complete Design Documents Within The Period Of Performance And Meet Solicitation Requirements. Data Is Acceptable In Tables Or Charts. Capacity < 25% Shall Be Rated Not Greater Than Satisfactory. Higher Ratings May Be Given For This Criterion When Information Provided Exceeds The Minimum Requirements. Location In The General Geographical Area Of Charleston, Sc, And Knowledge Of The Locality Of The Ralph H. Johnson Va Facility: Basis Of Evaluation: Offerors Will Be Subjectively Evaluated Based On Their Knowledge (and The Knowledge Of Subcontractors) Of Unique Conditions Or Variables, Such As Familiarity Of Applicable Codes, Regulations, Construction Market & Labor Conditions, Geotechnical, Seismic, Weather, Environmental, Or Other Unique Considerations Found In Charleston, Sc And The Low Country Geographical Area. If Prior Experience In Charleston, Sc Is Minimal, Describe How The Design Team Plans To Obtain Specific Knowledge Of Local Conditions Or Project Features Required For A Compliant Design. Data From Other Projects And Locations Are Acceptable To Highlight Knowledge Of The Charleston, Sc Geographical Area Or Areas Of Similar Nature. Adjectival Scoring: Offerors That Submit Relevant Projects Outside Of The Charleston, Sc Geographical Area May Be Given A Lower Rating Than Projects Within The Charleston, Sc Geographical Area. Offerors That Demonstrate No Experience In The Geographical Area Shall Be Rated Not Higher Than Satisfactory . The Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors: Basis Of Evaluation: Offerors Shall Be Evaluated Based On Their Utilization Plans For Service-disabled Veteran-owned Small Businesses (sdvosbs), Veteran-owned Small Businesses (vosbs), Or Other Types Of Small Businesses. Offerors Shall Be Evaluated On The Expected Amount Of Work Versus Key Personnel To Verify The Above Signatory Statement. If Less Than 50% Of Work Is Estimated To Be Performed By The Prime Sdvosb, The Offeror May Be Given A Lower Rating. Offerors Shall Submit Qualifications For Proposed Consultants Per Other Criteria In This Solicitation. Selection Process: Federal Acquisition Regulation (far) Part 36.6 (brooks Act) Selection Procedures Apply. The A-e Services Listed Herein Is Being Procured In Accordance With The Brooks Act (public Law 92-582) As Implemented In Federal Acquisition Regulation (far) 36.6 And Vaar 836.6. Pursuant To Far, The Firm Responding To This Requirement Must Be Permitted, By Law, To Practice The Professions Of Architecture Or Engineering And Meet All Required Qualifications For The State Of South Carolina. Firms Responding To This Announcement By Submitting A Qualifying Sf 330, Before The Closing Date And Time, Will Be Considered For Initial Selection Evaluation. Following Initial Evaluation Of The Sf330s Received Three Or More Firms That Are Considered The Most Highly Qualified To Provide The Type Of Services Required Will Be Selected For Interviews. Selected Firms Will Be Notified By Email Of Selection And Provided Further Instructions. Selection And Evaluation Of Firms Shall Be Made Based On Sf 330 Submissions And Direct Responses To The Selection Criteria Identified Herein. Failure To Address All Selection Criteria Will Result In A Decreased Rating. Evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, And Contracting Officer Knowledge Of Current Project Performance. Failure To Provide Requested Data, Accessible Points Of Contact Or Valid Phone Numbers Could Result In A Firm Being Removed From Consideration. Firms That Design Or Prepare Specifications In Conjunction With This Contract Are Prohibited From Participating On Any Future Construction Contracts Based On Those Documents. All Projects Identified On The Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. Submission Criteria/requirements: The Sf 330 Form May Be Downloaded From Http://www.gsa.gov/portal/forms/type/sf. Completed Sf 330 S Shall Include The Primary Firms, Subcontractor Firms And Any Consultants Expected To Be Used On The Project. Do Not Submit Information Incorporating By Reference. Prospective Firms Shall Address All Selection Criteria Factors Within Their Submitted Sf330 Packages. Email Capacity Is Limited To Five (5) To Seven (7) Megabytes (megs). The Following Format Shall Be Used: Cover Page With Solicitation Number, Project Title Table Of Contents Sf 330 S Copy Of Current A/e License Copy Of Current Vetbiz.gov Sdvosb Certification Uei Number Cage Code Tax Id Number The E Mail Address And Phone Number Of The Primary Point Of Contact. All Sf330 Submittals And Questions Must Be Sent Electronically To The Attention Of Kenyon Dulaney, Contract Specialist At Kenyon.dulaney@va.gov. Please Provide Pre-solicitation Number, Project Number, Project Title, And Firm Name In Subject Line Of Email. When Submitting Sf330s, If More Than One Email Is Sent, Please Number Emails In Subjects As 1 Of N . Submittals Received After The Date And Time Identified On Page One (1) Will Not Be Considered. Firms Not Providing The Required Information May Be Negatively Evaluated. Facsimile Submittals Will Not Be Accepted. All Information Must Be Included In The Sf330. The Sf-330 Including Title Page, Table Of Contents, And Any Other Relevant Information Shall Be In A Common Font Size 12 Font, Single Spaced. The Package Shall Be Submitted As A Single Application-generated (not Scanned), Searchable Pdf Document. A Page Is Defined As Each Face Of An 8.5 X 11-inch Sheet Of Paper Containing Information. It Is The Offeror S Responsibility To Check The Sam.gov Contracting Business Opportunities Website At: Www.sam.gov For Any Revisions To This Announcement Prior To Submission Of Sf330s. Attachments:
Closing Date10 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: This Pre-solicitation Notice Is Not A Request For Proposal. All Information Needed To Submit Sf330 Documents Are Contained Herein. No Additional Solicitation Package Or Technical Information Will Be Issued. Project: 534-23-102 Ae Replace Roofs Phase 2 Work Location: Ralph H. Johnson Health Care System, Charleston, Sc Estimated/target Completion Period: 177 Calendar Days After Ntp Is Issued. Construction Magnitude: Between $1,000,000 And $5,000,000 Naics: 541310 Architectural Services Small Business Standard: $12.5 Million Set-aside: 100% Service-disabled Veteran-owned Small Business (sdvosb) Site Visits Will Not Be Arranged During This Phase. The Anticipated Award Date Of The Proposed A-e Contract Is On Or Before September 30th, 2025. Sf 330 Date Of Receipt/due Date: Interested Firms Having The Capabilities To Perform This Work Must Submit One (1) Electronic Sf330 And Attachments If Any, No Later Than (nlt) 3:00pm (est) March 31st, 2025. Project Overview: Provide Professional Architect/engineer (a/e) And Healthcare Planning Services Necessary To Replace Roofs That Have A) Reached The End Of Their Useful Life, B) Are Not Sloped Correctly To Provide Positive Drainage Or C) Do Not Have The Required Secondary Drains. This Project Also Increases The Thermal Insulation To Meet Va Energy Directives, Corrects Numerous Issues With The Lightning Protection System And Recertifies The Building, Replaces Roof Curbs Due To Seismic Requirements And Demolishes Aged Rooftop Equipment Or Replaces It. The Charleston Vamc Preference Is For A Modified Sbs Built Up Roof Membrane System With A Light-colored Top Fiber Embedded Cap Sheet. A/e May Provide Alternatives Based On Their Professional Expertise For Discussion And Review By The Vamc. Roofs To Be Addressed Are: 1c-1, 2aa-1, 2d-1, 2e-1, 2f-1, 2g-1, 2h-1, 2h-2, Undesignated Roof Outside 3bn. Sdvosb Set-aside: This Requirement Is A 100% Set-aside For Service-disabled Veteran-owned Small Businesses Under The Authority Of 38 U.s.c. 8127(d). To Be Eligible For Award The Sdvosb You Must Be Considered Small Under The Relevant Naics Code. Sdvosb Contractors Must Be Verified And Viewable In Small Business Administration Veteran Small Business Certification (vetcert) Database Https://veterans.certify.sba.gov Prior To Submission And Prior To Award Of Contract With Vaar 804.1103-70. Status As A Qualified Sdvosb Concern Is Under The Authority Of 38 Cfr Part 74 In Accordance With The Va Acquisition Regulation (vaar) Part 819. Any Person, Persons, Or Business Entity Suspected Of Misrepresenting Itself For The Purpose Of Securing A Government Contract May Be Criminally Investigated And Prosecuted For Fraud Against The United States Of America. Parties Found Misrepresenting Their Status Also Risk Debarment From Further Government Contracts. Eligible Sdvosb Concerns Must Also Be Registered At The Following Websites: System For Award Management (sam): Https://www.sam.gov/ Vets100/100a Report Must Be Complete: Http://www.dol.gov/vets/vets4212.htm Important Notice: Prior To Submitting A Package Under This Sdvosb Set- Aside Solicitation; Offerors Must Apply For And Receive Verification From The Small Business Administration In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership, And Control Sufficient To Establish Appropriate Status. All Offerors Are Urged To Contact The Sba And Submit The Required Documents To Obtain Verification Of Their Sdvosb Status If They Have Not Already Done So. For A Service-disabled Veteran Owned Small Business (sdvosb) To Be Considered As A Prospective Contractor, The Firm, Including Joint Ventures, Must Be Verified And Registered In The Small Business Administration Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov) And Registered In The System For Award Management (sam) Database (www.sam.gov) At Time Of Submission Of Their Qualifications. Failure Of A Prospective Sdvosb To Be Verified By The Center For Veterans Enterprise (cve) At The Time The Sf 330 Is Submitted Shall Result In Elimination From Consideration. All Joint Ventures Must Be Cve Verified At Time Of Submission And Submit Agreements That Comply With 13cfr 125.15 Prior To Contract Award. Sf 330 Selection Criteria: Evaluation Of Submission Requirements And Selection Criteria Are Provided Below And Listed In Relative Order Of Importance. Note: Failure To Meet An Acceptable Submission Requirements For Each Criteria Will Result In The Entire Submission Being Denied For Further Evaluation. Phase 1 Submission Requirements Objective Scoring: Acceptable Submissions Meets All Submission Requirements Unacceptable Submission Fails To Meet At Least One Submission Requirement Specialized Experience And Technical Competence In The Type Of Work Required. Submission Requirements: Sf 330 Information Shall Be Provided Per The Latest Format From The Gsa Library Located At Https://www.gsa.gov/forms-library/architect-engineer-qualifications. Complete Using Blocks F. And H. Of The Sf330 Form. Complete Block F. For Each Relevant Project. Complete Block H. Summary Sheet For The Offeror And Each Key Consultant; Each Summary Sheet Shall Be Not More Than One (1) Page In Length. Submit No More Than Five (5) Projects Similar To Required Work In The Solicitation From The Date The Solicitation Closes To Five (5) Years Prior; At Minimum, Three (3) Projects Must Be Construction Complete Or Construction Substantially (50%+) Complete; Projects/data Submitted Shall Be Projects With Total Construction Costs Of $1,000,000 And Greater; Projects May Include Federal, State, Or Local Government, As Well As Private Industry Projects. Offerors Are Responsible For Providing Project Description And Applicable Information In Sufficient Detail To Permit Evaluation Of Project Relevancy Versus These Minimum Requirements. Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Work, And Compliance With Performance Schedules. Submission Requirements: Complete A Summary Sheet Using Block H. Of The Sf 330 Describing The Offeror S Past Performance. The Summary Sheet Shall Be Not More Than Two (2) Pages In Length. Provide The Contractor Performance Assessment And Reporting System (cpars), Interim And Final Reports, For Each Submitted Federal Entity Project Under Specialized Experience Criteria, Above. If A Cpars Is Not Available, Provide A Ppq. If A Relevant Project Submitted Under Specialized Experience Criteria Does Not Have A Cpars Because It Is A Non-federal Entity Project, Provide A Past Performance Questionnaire (ppq). Cpar And Ppq Reports Will Not Count Towards Page Limitations. Professional Qualifications Necessary For Satisfactory Performance Of Required Services. Submission Requirements: Complete Using Block E. Of The Sf 330. Submit Personal Resumes And Relevant Information For Key And Responsible Personnel. Block E. Shall Be Not More Than One (1) Page In Length Per Individual. The Offeror Shall Have A Professional Engineer, Currently Registered In Any Us State Or Territory Of The United States, Knowledgeable In Their Registered Design Discipline, To Be The Lead Designer Responsible For Reviewing And Approving Design Submissions. The Offeror Shall Have A Professional Engineer, Qualified And Knowledgeable Of South Carolina State And Local Regulations, Be The Lead Designer Responsible For Reviewing And Approving Design Submissions And Facilitating Permit Documentation (depending On The Nature Of The Design I.e. Environmental, Hazardous Material Abatement, Stormwater, Etc.). Key Personnel To Provide Qualifications To Meet This Criterion Include Principal(s), Project Manager(s), Key Consultants, Individuals Responsible For Implementation Of The Design Qa/qc Plan, Licensed Asbestos Inspector, Physical Security Specialist, Life Safety Specialist, And Other Individuals That Are Responsible Or Accountable For Design Submissions And Regulatory Compliance. Physical Security Subject Matter Experts Shall Meet The Requirements Of Section 10.1.5 Of The Physical Security & Resiliency Design Manual. Experience In Construction Period Services. Submission Requirements: Complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Performance Completing Construction Period Services (cps) For Construction For Each Submitted Project Under Specialized Experience Criteria, Above. Narrative Shall Be Not More Than Two (2) Pages In Length. Submission Requirements: Complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Performance Completing Construction Period Services (cps) For Construction For Each Submitted Project Under Specialized Experience Criteria, Above. Narrative Shall Be Not More Than Two (2) Pages In Length. Provide A Narrative Describing The Below Services, But Not Limited To: Professional Field Inspections, Both Scheduled And Emergent; Maintaining A Comprehensive Submittal Log Inclusive Of Material Data, Shop Drawings, Certifications, Etc.; Review Of Construction Submittals For Design Conformance, Variance, And Applicable Code/standard Compliance; Providing Timely And Complete Responses To Requests For Information; Providing Supporting Documentation (statements Of Work, Cost Estimates, Technical Reports, Etc.) For Construction Modifications; Providing Record Drawing Documentation; Process For Correcting Design Errors/omissions Identified During Construction; And, Other Requirements Defined Under Cps In The Statement Of Work. Narrative Shall Be Not More Than Two (2) Pages In Length. Capacity To Accomplish The Work In The Required Time. Submission Requirements: Complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Work Capacity. Narrative Shall Be Not More Than One (1) Page In Length. Location In The General Geographical Area Of Charleston, Sc, And Knowledge Of The Locality Of The Ralph H. Johnson Va Facility: Submission Requirements: Complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Experience In The Charleston, Sc Geographical Area. Narrative Shall Be Not More Than One (1) Page In Length. The Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors: Submission Requirements: Complete Using Block H. Of The Sf 330. Provide A Narrative That Discusses The Offeror S Approach. Narrative Shall Be Not More Than One (1) Page In Length. Offerors Shall Complete And Submit The Following Statement In Block H. : I [signatory Authority], Of [offeror Company Or Joint Venture] Certify That The Team Proposed To Perform Under This Requirement Demonstrates The Capability Of 50% Sdvosb Performance In Compliance Of 48 Cfr 852.219-10 . Phase 2 Evaluation Of Selection Criteria Specialized Experience And Technical Competence In The Type Of Work Required. Basis Of Evaluation: Specialized Experience Pertains To The Types, Size, Volume, Budget, And Complexity Of Work Previously Or Currently Being Performed By The Offeror That Is Comparable To The Work Covered By This Solicitation. Specialized Experience May Also Include Unique Conditions, Considerations, Or Circumstances Encountered That Are Relevant To This Solicitation. Specialized Experience Does Not Include Overseas Offices For Projects Outside The United States, Its Territories, Or Possessions; Nor Does It Include Subsidiaries That Are Not Normally Subject To Management Decisions, Accounting, And Policies, Or A Holding Or Parent Company Or An Incorporated Subsidiary That Operates Under A Firm Name Different From The Parent Company. Technical Competence Includes Construction And Design Projects Similar In Project Scope, Size, Construction Features, Dollar Value, And Complexity Of That Listed In The Solicitation. Technical Competence Also Includes Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. Similar Complexity Is Considered Projects Of An Operational, Construction, Or Design Likeness To The Work Covered In The Solicitation. Specific Emphasis Of Experience And Technical Competence Shall Be Geared Towards Fire Protection, Seismic Design/retrofit, Physical Security Resilience And Design, Healthcare Design/planning, Building Automation. Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Work, And Compliance With Performance Schedules. Basis Of Evaluation: Past Performance Is A Measure Of The Degree To Which An Offeror Satisfied Its Customers Needs And Requirements And Compliance With Applicable Codes, Standards, Laws, And Regulations. The Evaluation Of Past Performance Will Include But Is Not Limited To: The Customer S Assessment Of The Offeror's Commitment To Customer Satisfaction; Timely Delivery Of Quality Work; The Offeror's Record Of Conforming To Contract Requirements And Applicable Codes, Standards, Laws, And Regulations; Successful Implementation Of A Quality Control Plan And Quality Control Procedures; Addressing Design Errors/omissions Timely; Adherence To Approved Schedules; And, History Of Timely And Professional Communication And Cooperative Behavior. Include Information On Problems (errors/omissions) Found, How The Problems Were Corrected, And The Impacts To The Successful Completion Of The Project (time Delays, Cost Impacts, Design Modifications, Etc.). Provide Information Supporting Favorable Cost Control, Quality Of Design Submissions, And Schedule Compliance. Include A Discussion On The Offeror S Record Of Significant Claims For Improper Or Incomplete Design Services. Higher Ratings May Be Given For Work Performed On Va Medical Center Campuses. Adjectival Rating: Offeror Risks Receiving A Lower Rating If Fewer Than Three (3) Ppqs Are Provided Or If The Ppqs Were Not Completed By Project Point Of Contact. Failure To Demonstrate Proven Competence To Perform Projects With Similar Requirements To The Requirements Of The Solicitation May Be Considered Ineligible For Award. If No Cpars Or Ppqs Are Submitted Or Responses To Requests Were Not Provided, The Rating Shall Not Be Higher Than Satisfactory . Professional Qualifications Necessary For Satisfactory Performance Of Required Services. Basis Of Evaluation: Evaluation Of Professional Qualifications Will Include But Is Not Limited To The Subjective Assessment Of The Offeror's Individual Resumes. The Offeror Shall Describe And/or Depict Which Projects And How Well Key Personnel Of The Design Team Have Worked Together. Higher Ratings For This Criterion May Be Given When The Offeror's Specific Personnel Demonstrate Relevant Credentials, Such As Involvement And Degree Of Involvement In Professional Organizations, Research/publications, Code/standard Body Involvement, Etc. Adjectival Scoring: Offerors Unable To Demonstrate Professional Qualifications Necessary To Perform Designs May Be Considered Ineligible For Award. Experience In Construction Period Services. Basis Of Evaluation: Experience In Construction Period Services To 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, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services. Evaluation Of The Offeror S Knowledge, Skills, And Abilities To Complete Necessary Cps To Support Successful Project Completion. Provide A Narrative Describing The Below Services, But Not Limited To: Professional Field Inspections, Both Scheduled And Emergent; Maintaining A Comprehensive Submittal Log Inclusive Of Material Data, Shop Drawings, Certifications, Etc.; Review Of Construction Submittals For Design Conformance, Variance, And Applicable Code/standard Compliance; Providing Timely And Complete Responses To Requests For Information; Providing Supporting Documentation (statements Of Work, Cost Estimates, Technical Reports, Etc.) For Construction Modifications; Providing Record Drawing Documentation; Process For Correcting Design Errors/omissions Identified During Construction; And, Other Requirements Defined Under Cps In The Statement Of Work. Capacity To Accomplish The Work In The Required Time. Basis Of Evaluation: Identify The Offeror S Past, Present And Projected Future Workload, Including Va Contracts Over The Previous 12 Months. Describe The Offeror S Capacity To Incorporate This Solicitation S Work While Meeting Prescribed Dates For Current Workload. Each Key Team Member To Include % Of Available Capacity To Take On New Projects. Evaluation Of This Factor Will Be An Assessment Of The Offeror S Ability To Complete Design Documents Within The Period Of Performance And Meet Solicitation Requirements. Data Is Acceptable In Tables Or Charts. Capacity < 25% Shall Be Rated Not Greater Than Satisfactory. Higher Ratings May Be Given For This Criterion When Information Provided Exceeds The Minimum Requirements. Location In The General Geographical Area Of Charleston, Sc, And Knowledge Of The Locality Of The Ralph H. Johnson Va Facility: Basis Of Evaluation: Offerors Will Be Subjectively Evaluated Based On Their Knowledge (and The Knowledge Of Subcontractors) Of Unique Conditions Or Variables, Such As Familiarity Of Applicable Codes, Regulations, Construction Market & Labor Conditions, Geotechnical, Seismic, Weather, Environmental, Or Other Unique Considerations Found In Charleston, Sc And The Low Country Geographical Area. If Prior Experience In Charleston, Sc Is Minimal, Describe How The Design Team Plans To Obtain Specific Knowledge Of Local Conditions Or Project Features Required For A Compliant Design. Data From Other Projects And Locations Are Acceptable To Highlight Knowledge Of The Charleston, Sc Geographical Area Or Areas Of Similar Nature. Adjectival Scoring: Offerors That Submit Relevant Projects Outside Of The Charleston, Sc Geographical Area May Be Given A Lower Rating Than Projects Within The Charleston, Sc Geographical Area. Offerors That Demonstrate No Experience In The Geographical Area Shall Be Rated Not Higher Than Satisfactory . The Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors: Basis Of Evaluation: Offerors Shall Be Evaluated Based On Their Utilization Plans For Service-disabled Veteran-owned Small Businesses (sdvosbs), Veteran-owned Small Businesses (vosbs), Or Other Types Of Small Businesses. Offerors Shall Be Evaluated On The Expected Amount Of Work Versus Key Personnel To Verify The Above Signatory Statement. If Less Than 50% Of Work Is Estimated To Be Performed By The Prime Sdvosb, The Offeror May Be Given A Lower Rating. Offerors Shall Submit Qualifications For Proposed Consultants Per Other Criteria In This Solicitation. Selection Process: Federal Acquisition Regulation (far) Part 36.6 (brooks Act) Selection Procedures Apply. The A-e Services Listed Herein Is Being Procured In Accordance With The Brooks Act (public Law 92-582) As Implemented In Federal Acquisition Regulation (far) 36.6 And Vaar 836.6. Pursuant To Far, The Firm Responding To This Requirement Must Be Permitted, By Law, To Practice The Professions Of Architecture Or Engineering And Meet All Required Qualifications For The State Of South Carolina. Firms Responding To This Announcement By Submitting A Qualifying Sf 330, Before The Closing Date And Time, Will Be Considered For Initial Selection Evaluation. Following Initial Evaluation Of The Sf330s Received Three Or More Firms That Are Considered The Most Highly Qualified To Provide The Type Of Services Required Will Be Selected For Interviews. Selected Firms Will Be Notified By Email Of Selection And Provided Further Instructions. Selection And Evaluation Of Firms Shall Be Made Based On Sf 330 Submissions And Direct Responses To The Selection Criteria Identified Herein. Failure To Address All Selection Criteria Will Result In A Decreased Rating. Evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, And Contracting Officer Knowledge Of Current Project Performance. Failure To Provide Requested Data, Accessible Points Of Contact Or Valid Phone Numbers Could Result In A Firm Being Removed From Consideration. Firms That Design Or Prepare Specifications In Conjunction With This Contract Are Prohibited From Participating On Any Future Construction Contracts Based On Those Documents. All Projects Identified On The Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. Submission Criteria/requirements: The Sf 330 Form May Be Downloaded From Http://www.gsa.gov/portal/forms/type/sf. Completed Sf 330 S Shall Include The Primary Firms, Subcontractor Firms And Any Consultants Expected To Be Used On The Project. Do Not Submit Information Incorporating By Reference. Prospective Firms Shall Address All Selection Criteria Factors Within Their Submitted Sf330 Packages. Email Capacity Is Limited To Five (5) To Seven (7) Megabytes (megs). The Following Format Shall Be Used: Cover Page With Solicitation Number, Project Title Table Of Contents Sf 330 S Copy Of Current A/e License Copy Of Current Vetbiz.gov Sdvosb Certification Uei Number Cage Code Tax Id Number The E Mail Address And Phone Number Of The Primary Point Of Contact. All Sf330 Submittals And Questions Must Be Sent Electronically To The Attention Of Kenyon Dulaney, Contract Specialist At Kenyon.dulaney@va.gov. Please Provide Pre-solicitation Number, Project Number, Project Title, And Firm Name In Subject Line Of Email. When Submitting Sf330s, If More Than One Email Is Sent, Please Number Emails In Subjects As 1 Of N . Submittals Received After The Date And Time Identified On Page One (1) Will Not Be Considered. Firms Not Providing The Required Information May Be Negatively Evaluated. Facsimile Submittals Will Not Be Accepted. All Information Must Be Included In The Sf330. The Sf-330 Including Title Page, Table Of Contents, And Any Other Relevant Information Shall Be In A Common Font Size 12 Font, Single Spaced. The Package Shall Be Submitted As A Single Application-generated (not Scanned), Searchable Pdf Document. A Page Is Defined As Each Face Of An 8.5 X 11-inch Sheet Of Paper Containing Information. It Is The Offeror S Responsibility To Check The Sam.gov Contracting Business Opportunities Website At: Www.sam.gov For Any Revisions To This Announcement Prior To Submission Of Sf330s. Attachments:
Closing Date31 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Others
United States
Details: Presolicitation Notice
presolicitation Notice
presolicitation Notice
*=required Field
presolicitation Notice
this Pre-solicitation Notice Is Not A Request For Proposal. All Information Needed To Submit Sf330 Documents Are Contained Herein. No Additional Solicitation Package Or Technical Information Will Be Issued.
project: 534-23-106 Ae Upgrade Mechanical Systems Phase 2
work Location: Ralph H. Johnson Health Care System, Charleston, Sc
estimated/target Completion Period: 360 Calendar Days After Award.
construction Magnitude: Between $5,000,000 And $10,000,000
naics: 541310 Architectural Services
small Business Standard: $12.5 Million
set-aside: 100% Service-disabled Veteran-owned Small Business (sdvosb)
site Visits Will Not Be Arranged During This Phase.
the Anticipated Award Date Of The Proposed A-e Contract Is On Or Before September 01, 2025.
sf 330 Date Of Receipt/due Date: Interested Firms Having The Capabilities To Perform This Work Must Submit One (1) Electronic Sf330 And Attachments If Any, No Later Than
(nlt) 10:00 Am (est) February 5, 2025.
project Overview:
provide Professional Architect/engineer (a/e) Services Necessary For A Complete Design To Replace The Main Laboratories Air Handling Unit, Correct Hvac And Mechanical Systems Deficiencies, And Provide Compliant Temperature Control And Air Change Requirements By Areas As Defined In The Limits Of Work. Additional Scope Includes Assessment And Replacement Of Isolation Exhaust Systems And Steam-to-hot Water Heat Exchangers And Associated Pumps Located In Penthouse, Specialty Clinics, And Eye Specialty Clinic. The Project Will Include Temporary Hvac Considerations And Phasing To Enable Continued Operations.
sdvosb Set-aside:
this Requirement Is A 100% Set-aside For Service-disabled Veteran-owned Small Businesses Under The Authority Of 38 U.s.c. 8127(d). To Be Eligible For Award The Sdvosb You Must Be Considered Small Under The Relevant Naics Code. Sdvosb Contractors Must Be Verified And Viewable In Small Business Administration Veteran Small Business Certification (vetcert) Database Https://veterans.certify.sba.gov Prior To Submission And Prior To Award Of Contract With Vaar 804.1103-70. Status As A Qualified Sdvosb Concern Is Under The Authority Of 38 Cfr Part 74 In Accordance With The Va Acquisition Regulation (vaar) Part 819. Any Person, Persons, Or Business Entity Suspected Of Misrepresenting Itself For The Purpose Of Securing A Government Contract May Be Criminally Investigated And Prosecuted For Fraud Against The United States Of America. Parties Found Misrepresenting Their Status Also Risk Debarment From Further Government Contracts. Eligible Sdvosb Concerns Must Also Be Registered At The Following Websites:
system For Award Management (sam): Https://www.sam.gov/
vets100/100a Report Must Be Complete: Http://www.dol.gov/vets/vets4212.htm
important Notice: Prior To Submitting A Package Under This Sdvosb Set- Aside Solicitation; Offerors Must Apply For And Receive Verification From The Small Business Administration In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership, And Control Sufficient To Establish Appropriate Status. All Offerors Are Urged To Contact The Sba And Submit The Required Documents To Obtain Verification Of Their Sdvosb Status If They Have Not Already Done So.
for A Service-disabled Veteran Owned Small Business (sdvosb) To Be Considered As A Prospective Contractor, The Firm, Including Joint Ventures, Must Be Verified And Registered In The Small Business Administration Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov) And Registered In The System For Award Management (sam) Database (www.sam.gov) At Time Of Submission Of Their Qualifications. Failure Of A Prospective Sdvosb To Be Verified By The Center For Veterans Enterprise (cve) At The Time The Sf 330 Is Submitted Shall Result In Elimination From Consideration. All Joint Ventures Must Be Cve Verified At Time Of Submission And Submit Agreements That Comply With 13cfr 125.15 Prior To Contract Award.
sf 330 Selection Criteria: Evaluation Of Submission Requirements And Selection Criteria Are Provided Below And Listed In Relative Order Of Importance.
note: Failure To Meet An Acceptable Submission Requirements For Each Criteria Will Result In The Entire Submission Being Denied For Further Evaluation.
phase 1 Submission Requirements
objective Scoring:
Acceptable Submissions Meets All Submission Requirements
Unacceptable Submission Fails To Meet At Least One Submission Requirement
specialized Experience And Technical Competence In The Type Of Work Required.
submission Requirements:
sf 330 Information Shall Be Provided Per The Latest Format From The Gsa Library Located At Https://www.gsa.gov/forms-library/architect-engineer-qualifications.
complete Using Blocks F. And H. Of The Sf330 Form. Complete Block F. For Each Relevant Project. Complete Block H. Summary Sheet For The Offeror And Each Key Consultant; Each Summary Sheet Shall Be Not More Than One (1) Page In Length.
submit No More Than Five (5) Projects Similar To Required Work In The Solicitation From The Date The Solicitation Closes To Five (5) Years Prior;
at Minimum, Three (3) Projects Must Be Construction Complete Or Construction Substantially (50%+) Complete;
projects/data Submitted Shall Be Projects With Total Construction Costs Of $6,000,000 And Greater;
projects May Include Federal, State, Or Local Government, As Well As Private Industry Projects. Offerors Are Responsible For Providing Project Description And Applicable Information In Sufficient Detail To Permit Evaluation Of Project Relevancy Versus These Minimum Requirements.
past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Work, And Compliance With Performance Schedules.
submission Requirements:
complete A Summary Sheet Using Block H. Of The Sf 330 Describing The Offeror S Past Performance. The Summary Sheet Shall Be Not More Than Two (2) Pages In Length.
provide The Contractor Performance Assessment And Reporting System (cpars), Interim And Final Reports, For Each Submitted Federal Entity Project Under Specialized Experience Criteria, Above. If A Cpars Is Not Available, Provide A Ppq.
if A Relevant Project Submitted Under Specialized Experience Criteria Does Not Have A Cpars Because It Is A Non-federal Entity Project, Provide A Past Performance Questionnaire (ppq).
cpar And Ppq Reports Will Not Count Towards Page Limitations.
professional Qualifications Necessary For Satisfactory Performance Of Required Services.
submission Requirements:
complete Using Block E. Of The Sf 330. Submit Personal Resumes And Relevant Information For Key And Responsible Personnel. Block E. Shall Be Not More Than One (1) Page In Length Per Individual.
the Offeror Shall Have A Professional Engineer, Currently Registered In Any Us State Or Territory Of The United States, Knowledgeable In Their Registered Design Discipline, To Be The Lead Designer Responsible For Reviewing And Approving Design Submissions.
the Offeror Shall Have A Professional Engineer, Qualified And Knowledgeable Of South Carolina State And Local Regulations, Be The Lead Designer Responsible For Reviewing And Approving Design Submissions And Facilitating Permit Documentation (depending On The Nature Of The Design I.e. Environmental, Hazardous Material Abatement, Stormwater, Etc.).
key Personnel To Provide Qualifications To Meet This Criterion Include Principal(s), Project Manager(s), Key Consultants, Individuals Responsible For Implementation Of The Design Qa/qc Plan, Licensed Asbestos Inspector, Physical Security Specialist, Life Safety Specialist, And Other Individuals That Are Responsible Or Accountable For Design Submissions And Regulatory Compliance.
physical Security Subject Matter Experts Shall Meet The Requirements Of Section 10.1.5 Of The Physical Security & Resiliency Design Manual.
experience In Construction Period Services.
submission Requirements:
complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Performance Completing Construction Period Services (cps) For Construction For Each Submitted Project Under Specialized Experience Criteria, Above. Narrative Shall Be Not More Than Two (2) Pages In Length.
capacity To Accomplish The Work In The Required Time.
submission Requirements:
complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Work Capacity. Narrative Shall Be Not More Than One (1) Page In Length.
location In The General Geographical Area Of Charleston, Sc, And Knowledge Of The Locality Of The Ralph H. Johnson Va Facility:
submission Requirements:
complete Using Block H. Of The Sf 330. Provide A Narrative That Describes The Offeror S Experience In The Charleston, Sc Geographical Area. Narrative Shall Be Not More Than One (1) Page In Length.
the Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors:
submission Requirements:
complete Using Block H. Of The Sf 330. Provide A Narrative That Discusses The Offeror S Approach. Narrative Shall Be Not More Than One (1) Page In Length.
offerors Shall Complete And Submit The Following Statement In Block H. :
I [signatory Authority], Of [offeror Company Or Joint Venture] Certify That The Team Proposed To Perform Under This Requirement Demonstrates The Capability Of 50% Sdvosb Performance In Compliance Of 48 Cfr 852.219-10 .
phase 2 Evaluation Of Selection Criteria
specialized Experience And Technical Competence In The Type Of Work Required.
basis Of Evaluation:
specialized Experience Pertains To The Types, Size, Volume, Budget, And Complexity Of Work Previously Or Currently Being Performed By The Offeror That Is Comparable To The Work Covered By This Solicitation. Specialized Experience May Also Include Unique Conditions, Considerations, Or Circumstances Encountered That Are Relevant To This Solicitation.
specialized Experience Does Not Include Overseas Offices For Projects Outside The United States, Its Territories, Or Possessions; Nor Does It Include Subsidiaries That Are Not Normally Subject To Management Decisions, Accounting, And Policies, Or A Holding Or Parent Company Or An Incorporated Subsidiary That Operates Under A Firm Name Different From The Parent Company.
technical Competence Includes Construction And Design Projects Similar In Project Scope, Size, Construction Features, Dollar Value, And Complexity Of That Listed In The Solicitation. Technical Competence Also Includes Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials.
similar Complexity Is Considered Projects Of An Operational, Construction, Or Design Likeness To The Work Covered In The Solicitation.
specific Emphasis Of Experience And Technical Competence Shall Be Geared Towards Fire Protection, Seismic Design/retrofit, Physical Security Resilience And Design, Healthcare Design/planning, Building Automatic System Design, And Mechanical/electrical System Design.
past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Work, And Compliance With Performance Schedules.
basis Of Evaluation:
past Performance Is A Measure Of The Degree To Which An Offeror Satisfied Its Customers Needs And Requirements And Compliance With Applicable Codes, Standards, Laws, And Regulations. The Evaluation Of Past Performance Will Include But Is Not Limited To:
the Customer S Assessment Of The Offeror's Commitment To Customer Satisfaction;
timely Delivery Of Quality Work;
the Offeror's Record Of Conforming To Contract Requirements And Applicable Codes, Standards, Laws, And Regulations;
successful Implementation Of A Quality Control Plan And Quality Control Procedures;
addressing Design Errors/omissions Timely;
adherence To Approved Schedules; And,
history Of Timely And Professional Communication And Cooperative Behavior.
include Information On Problems (errors/omissions) Found, How The Problems Were Corrected, And The Impacts To The Successful Completion Of The Project (time Delays, Cost Impacts, Design Modifications, Etc.).
provide Information Supporting Favorable Cost Control, Quality Of Design Submissions, And Schedule Compliance.
include A Discussion On The Offeror S Record Of Significant Claims For Improper Or Incomplete Design Services.
higher Ratings May Be Given For Work Performed On Va Medical Center Campuses.
adjectival Rating:
offeror Risks Receiving A Lower Rating If Fewer Than Three (3) Ppqs Are Provided Or If The Ppqs Were Not Completed By Project Point Of Contact.
failure To Demonstrate Proven Competence To Perform Projects With Similar Requirements To The Requirements Of The Solicitation May Be Considered Ineligible For Award.
if No Cpars Or Ppqs Are Submitted Or Responses To Requests Were Not Provided, The Rating Shall Not Be Higher Than Satisfactory .
professional Qualifications Necessary For Satisfactory Performance Of Required Services.
basis Of Evaluation:
evaluation Of Professional Qualifications Will Include But Is Not Limited To The Subjective Assessment Of The Offeror's Individual Resumes.
the Offeror Shall Describe And/or Depict Which Projects And How Well Key Personnel Of The Design Team Have Worked Together.
higher Ratings For This Criterion May Be Given When The Offeror's Specific Personnel Demonstrate Relevant Credentials, Such As Involvement And Degree Of Involvement In Professional Organizations, Research/publications, Code/standard Body Involvement, Etc.
adjectival Scoring:
offerors Unable To Demonstrate Professional Qualifications Necessary To Perform Designs May Be Considered Ineligible For Award.
experience In Construction Period Services.
basis Of Evaluation:
experience In Construction Period Services To 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, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services.
evaluation Of The Offeror S Knowledge, Skills, And Abilities To Complete Necessary Cps To Support Successful Project Completion.
provide A Narrative Describing The Below Services, But Not Limited To:
professional Field Inspections, Both Scheduled And Emergent;
maintaining A Comprehensive Submittal Log Inclusive Of Material Data, Shop Drawings, Certifications, Etc.;
review Of Construction Submittals For Design Conformance, Variance, And Applicable Code/standard Compliance;
providing Timely And Complete Responses To Requests For Information;
providing Supporting Documentation (statements Of Work, Cost Estimates, Technical Reports, Etc.) For Construction Modifications;
providing Record Drawing Documentation;
process For Correcting Design Errors/omissions Identified During Construction; And,
other Requirements Defined Under Cps In The Statement Of Work.
capacity To Accomplish The Work In The Required Time.
basis Of Evaluation:
identify The Offeror S Past, Present And Projected Future Workload, Including Va Contracts Over The Previous 12 Months.
describe The Offeror S Capacity To Incorporate This Solicitation S Work While Meeting Prescribed Dates For Current Workload. Each Key Team Member To Include % Of Available Capacity To Take On New Projects.
evaluation Of This Factor Will Be An Assessment Of The Offeror S Ability To Complete Design Documents Within The Period Of Performance And Meet Solicitation Requirements.
data Is Acceptable In Tables Or Charts.
capacity < 25% Shall Be Rated Not Greater Than Satisfactory.
higher Ratings May Be Given For This Criterion When Information Provided Exceeds The Minimum Requirements.
location In The General Geographical Area Of Charleston, Sc, And Knowledge Of The Locality Of The Ralph H. Johnson Va Facility:
basis Of Evaluation:
offerors Will Be Subjectively Evaluated Based On Their Knowledge (and The Knowledge Of Subcontractors) Of Unique Conditions Or Variables, Such As Familiarity Of Applicable Codes, Regulations, Construction Market & Labor Conditions, Geotechnical, Seismic, Weather, Environmental, Or Other Unique Considerations Found In Charleston, Sc And The Low Country Geographical Area.
if Prior Experience In Charleston, Sc Is Minimal, Describe How The Design Team Plans To Obtain Specific Knowledge Of Local Conditions Or Project Features Required For A Compliant Design.
data From Other Projects And Locations Are Acceptable To Highlight Knowledge Of The Charleston, Sc Geographical Area Or Areas Of Similar Nature.
adjectival Scoring:
offerors That Submit Relevant Projects Outside Of The Charleston, Sc Geographical Area May Be Given A Lower Rating Than Projects Within The Charleston, Sc Geographical Area.
offerors That Demonstrate No Experience In The Geographical Area Shall Be Rated Not Higher Than Satisfactory .
the Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors:
basis Of Evaluation:
offerors Shall Be Evaluated Based On Their Utilization Plans For Service-disabled Veteran-owned Small Businesses (sdvosbs), Veteran-owned Small Businesses (vosbs), Or Other Types Of Small Businesses.
offerors Shall Be Evaluated On The Expected Amount Of Work Versus Key Personnel To Verify The Above Signatory Statement. If Less Than 50% Of Work Is Estimated To Be Performed By The Prime Sdvosb, The Offeror May Be Given A Lower Rating.
offerors Shall Submit Qualifications For Proposed Consultants Per Other Criteria In This Solicitation.
selection Process:
federal Acquisition Regulation (far) Part 36.6 (brooks Act) Selection Procedures Apply. The A-e Services Listed Herein Is Being Procured In Accordance With The Brooks Act (public Law 92-582) As Implemented In Federal Acquisition Regulation (far) 36.6 And Vaar 836.6. Pursuant To Far, The Firm Responding To This Requirement Must Be Permitted, By Law, To Practice The Professions Of Architecture Or Engineering And Meet All Required Qualifications For The State Of South Carolina. Firms Responding To This Announcement By Submitting A Qualifying Sf 330, Before The Closing Date And Time, Will Be Considered For Initial Selection Evaluation. Following Initial Evaluation Of The Sf330s Received Three Or More Firms That Are Considered The Most Highly Qualified To Provide The Type Of Services Required Will Be Selected For Interviews. Selected Firms Will Be Notified By Email Of Selection And Provided Further Instructions.
selection And Evaluation Of Firms Shall Be Made Based On Sf 330 Submissions And Direct Responses To The Selection Criteria Identified Herein. Failure To Address All Selection Criteria Will Result In A Decreased Rating.
evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, And Contracting Officer Knowledge Of Current Project Performance. Failure To Provide Requested Data, Accessible Points Of Contact Or Valid Phone Numbers Could Result In A Firm Being Removed From Consideration.
firms That Design Or Prepare Specifications In Conjunction With This Contract Are Prohibited From Participating On Any Future Construction Contracts Based On Those Documents. All Projects Identified On The Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract.
submission Criteria/requirements: The Sf 330 Form May Be Downloaded From Http://www.gsa.gov/portal/forms/type/sf. Completed Sf 330 S Shall Include The Primary Firms, Subcontractor Firms And Any Consultants Expected To Be Used On The Project. Do Not Submit Information Incorporating By Reference. Prospective Firms Shall Address All Selection Criteria Factors Within Their Submitted Sf330 Packages.
email Capacity Is Limited To Five (5) To Seven (7) Megabytes (megs).
the Following Format Shall Be Used:
cover Page With Solicitation Number, Project Title
table Of Contents
sf 330 S
copy Of Current A/e License
copy Of Current Vetbiz.gov Sdvosb Certification
uei Number
cage Code
tax Id Number
the E Mail Address And Phone Number Of The Primary Point Of Contact.
all Sf330 Submittals And Questions Must Be Sent Electronically To The Attention Of Jennifer Smith, Contract Specialist At Jennifer.smith19c497@va.gov. Please Provide Pre-solicitation Number, Project Number, Project Title, And Firm Name In Subject Line Of Email. When Submitting Sf330s, If More Than One Email Is Sent, Please Number Emails In Subjects As 1 Of N . Submittals Received After The Date And Time Identified On Page One (1) Will Not Be Considered. Firms Not Providing The Required Information May Be Negatively Evaluated. Facsimile Submittals Will Not Be Accepted. All Information Must Be Included In The Sf330.
the Sf-330 Including Title Page, Table Of Contents, And Any Other Relevant Information Shall Be In A Common Font Size 12 Font, Single Spaced. The Package Shall Be Submitted As A Single Application-generated (not Scanned), Searchable Pdf Document. A Page Is Defined As Each Face Of An 8.5 X 11-inch Sheet Of Paper Containing Information.
it Is The Offeror S Responsibility To Check The Sam.gov Contracting Business Opportunities Website At: Www.sam.gov For Any Revisions To This Announcement Prior To Submission Of Sf330s.
attachments:
see Attached Document: Ae Past Performance Questionnaire And Cover Letter.
Closing Date5 Feb 2025
Tender AmountRefer Documents
Department Of Human Settlement And Urban Development Quezo Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description The Minimum Technical Specifications For The Following Lots Are As Follows: Qty. Unit Item, Description, & Minimum Specifications 1 Lot “supply Of Labor, Materials, And Technical Supervision For The Renovation Of Elupdb Urban Lab” I. Purpose The Department Of Human Settlements And Urban Development (dhsud), Through The Environmental Land Use And Urban Planning And Development Bureau (elupdb), Plans To Establish An Urban Laboratory That Will Facilitate The Exchange Of Ideas And Technologies Intended For The Formulation And Implementation Of Land Use And Urban Development Plans And Policies. Such A Facility Serves As An Avenue For Ideas, Where Planning Workshops Can Catalyze The Translation Of Theoretical Knowledge Into Practical Solutions Meant To Address Urban Issues And Challenges. This Project Intends To Renovate The Existing Vacant Room Of Elupdb Into An Urban Laboratory That Will Serve As A Venue For The Bureau In Conducting Technical Assistance, Workshop/writeshop Sessions, Mentoring Activities, Consultations, Galleries, Forums, And Such, For Its Clientele. This Will Also Serve As A Space To Develop Ideas And Innovations In Addressing Challenges Related To Land Use And Urban Development. Ii. Scope Of Works The Following Scope Of Works Shall Be Delivered By The Contractor Within One (1) Month Project Duration, In Accordance With The Design And Specifications From The Architect: 1. General Requirements: A. Mobilization/demobilization B. Installation Of Protective Sheet At Adjacent Room/office C. Submission Of Sample Materials For Approval Prior To Installation D. Construction Work Plan E. Housekeeping At Work Area At The End Of Every Workday F. Disposal Of Debris 2. Floor: A. Procurement And Installation Of 600 X 600 Mm Carpet Tiles (verify Finish). 3. Wall: A. Wall Preparation B. Procurement And Application Of Primer C. Procurement And Application Of Semi-gloss Acoustic Paint Finish (verify Finish) D. Procurement And Installation Of Overhead Wall Cabinet With 2 Doors, White/sinarp Brown (800 Mm (w) X 386 Mm (d) X 400 Mm (h)) E. Installation Of Wall-mounted Television F. Installation Of Wall-mounted Whiteboard (3 M (w) X 1.5 Mm (h) 4. Ceiling: A. Procurement And Installation Of Painted Suspended Acoustic Cove Ceiling System (verify Details And Finish) B. Procurement And Installation Of Double Downlight C. Procurement And Installation Of Recessed Downlight D. Rechanneling Of Fire Suppression System E. Replacement Of Existing Fire Sprinkler Into Downright Sprinkler System F. Procurement And Installation Of Cove Lighting G. Procurement And Installation Of Wi-fi Router H. Procurement And Installation Of Ceiling Speakers 5. Power And Lighting: A. Procurement And Installation Of Light Switches B. Procurement And Installation Of Dimmer Light Switches C. Procurement And Assembly Of Extension Power Cable 6. Furniture: A. Procurement And Installation Of Swing Cabinet Door With Fluted Panels And Hardware (verify Finish) B. Procurement And Installation Of Laminate Finish (verify Finish) 7. Door: A. Procurement And Installation Of Acoustic Swing Glass Door With Hardware And Frosted Sticker (verify Finish) Iii. Bill Of Quantities Project: Urban Laboratory Location: 7th Floor Dhsud Building, Kalayaan Ave., Cor., Mayaman St., Diliman, Quezon City Abc: Php 980,000.00 Scope Of Works Qty Unit Unit Price Total 1. General Requirements: A. Mobilization/demobilization 1 Lot B. Installation Of Protective Sheet At Adjacent Room/office 1 Lot C. Submission Of Sample Materials For Approval Prior To Installation 1 Lot D. Housekeeping At Work Area At The End Of Every Workday 1 Lot E. Disposal Of Debris 1 Lot 2. Floor: A. Procurement And Installation Of 600 X 600 Mm Carpet Tiles (verify Finish). 58.31 Sq. M. 3. Wall: A. Wall Preparation 91.98 Sq. M. B. Procurement And Application Of Primer 91.98 Sq. M. C. Procurement And Application Of Semi-gloss Acoustic Paint Finish (verify Finish) 91.98 Sq. M. D. Procurement And Installation Of Overhead Wall Cabinet With 2 Doors, White/sinarp Brown (800 Mm (w) X 386 Mm (d) X 400 Mm (h)) 6 Pc. E. Installation Of Wall-mounted Television 1 Pc. F. Installation Of Wall-mounted Whiteboard (3 M (w) X 1.5 Mm (h)) 1 Pc. 4. Ceiling: A. Procurement And Installation Of Painted Suspended Acoustic Cove Ceiling System (verify Details And Finish) 58.31 Sq. M. B. Procurement And Installation Of Double Downlight 16 Pc. C. Procurement And Installation Of Recessed Downlight 8 Pc. D. Rechanneling Of Fire Suppression System 1 Lot E. Replacement Of Existing Fire Sprinkler Into Downright Sprinkler System 1 Lot F. Procurement And Installation Of Cove Lighting 12.5 Meter G. Procurement And Installation Of Wi-fi Router (verify Model And Roughing Ins) 1 Lot H. Procurement And Installation Of Ceiling Speakers 10 Pc. 5. Power And Lighting: A. Procurement And Installation Of Light Switches 2 Pc. B. Procurement And Installation Of Dimmer Light Switches 1 Pc. C. Procurement And Assembly Of Extension Power Cable 1 Lot 6. Furniture: A. Procurement And Installation Of Swing Cabinet Door With Fluted Panels And Hardware (verify Finish) 6 Lot B. Procurement And Installation Of Laminate Finish (verify Finish) 6 Lot 7. Door: A. Procurement And Installation Of Acoustic Swing Glass Door With Hardware And Frosted Sticker (verify Finish) 1 Lot Bid Price: (in Figures, Php) In Words: Name: Legal Capacity: Signature: Duly Authorize To Sign The Bid For And Behalf Of: Date Notes And Instructions: 1. The Bill Of Quantities Must Be Properly Filled Up By The Bidders. 2. Bidders Are Not Allowed To Modify Items/descriptions, Quantity, And Unit Of The Bill Of Quantities. Any Modification In The Bill Of Quantities Will Be In The Form Of Bid Bulletin, Which Will Be Issued Only By The Dhsud Bids And Awards Committee. 3. The Figures Provided In The Quantity Column Of The Bill Of Quantities Represent The Minimum Requirements For The Project. Bids Not Addressing The Minimum Requirements (quantities) Are Considered Non-responsive Pursuant To Section 32.2.1 Of The Irr Of Ra 9184. (please See Attached Annex “a” For The Document File) Iv. Detailed Floor Plan (please See Attached Annex “b” For The Sample Floor Plan And Layout) Terms And Conditions: 1. Payment Shall Be Made Upon Completion Of Service/delivery And Submission Of The Supporting Documents (e.g., Delivery Receipt, Sales Invoice, Billing Statement, Warranty Certificate If Applicable, And Other Documents As May Be Required In The Technical Specifications); 2. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 4. The Department Shall Have The Right To Inspect The Goods To Check Its Conformity With The Required Minimum Technical Specifications; 5. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development (dhsud) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit; 6. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: A. Philgeps Registration Number / Certificate Of Philgeps Membership; B. 2025 Mayor’s Permit/business Permit; (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) C. Philippine Contractors Accreditation Board License Pursuant To Presidential Decree No. 4566, As Amended. D. Latest Income Tax Return (itr) For The Preceding Tax Year Or For New Establishments, The Most Recent Quarter’s Itr Or Business Tax Return; E. Signed Omnibus Sworn Statement (oss) (annex “c”); Note: A Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. If The Authorized Representative Listed On The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach A Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government-issued Identification Card Of Both Signatories. F. Supporting Documents (as May Be Applicable): For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable Prior To Final Settlement: G. Latest Bir Tax Clearance Note: Failure Of The Supplier/contractor To Secure And Present The Prescribed Bir Tax Clearance Shall Suspend The Final Settlement For The Delivered Goods Or Services, Including Infrastructure Projects. (bidders With Previously Submitted Eligibility Requirements, Provided They Are Current And Updated, Are No Longer Required To Submit The Said Documents.) Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above Mentioned Documentary Requirements Through Personal Delivery, And In A Sealed Envelope, To The Procurement Division Located At The 8th Floor, Dhsud Building, Kalayaan Avenue Corner Mayaman Street, Diliman, Quezon City, Or Through Electronic Mail At Procurement@dhsud.gov.ph. The Dhsud Bids And Awards Committee (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation Slrq/(lcrq) Pursuant To Section 53.10 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Questions And/or Clarifications, Please Contact The Procurement Division At Telephone Number 8424-4080 (local 1833). (original Signed) Dr. Abrian Joy B. Orencia Oic, Procurement Division
Closing Date10 Feb 2025
Tender AmountPHP 980 K (USD 16.8 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Synopsis:
introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Construction Project At The Bay Pines Va Medical Center Located In Bay Pines, Fl.
project Description:
the Project Shall Include, But Is Not Limited To, Building 107 Addition, Upgrading Facility Fiber Throughout The Buildings To Each Tele/comm Rooms (87), Provide A Redundant Fiber Run Throughout The Facility To Each Tele/comm Room, Provide Redundant Fiber Mains To The Pbx/telecom Demarcation And Data Center Rooms From The Provider Point, Install Or Upgrade Potentially (8400) It Outlets Located Throughout End User Spaces, And (175) 48 Port Patch Panels In (87) Tele/comm Rooms Throughout Campus Buildings (requires Field Verification), Install Or Upgrade Potentially (8400) Electrical Outlets Located Throughout The End User Spaces And (87) Dual Power Outlets In (87) Tele/comm Rooms Throughout The Campus (requires Field Verification), Upgrade Facility Power Distribution As Required, Upgrade Facility Hvac Distribution As Required, Physical Security Assessment And Upgrades, And Hazardous Materials Remediation And Abatement.as Required By Drawings And Specifications.
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In Mid June 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00 (note That The Vaar Magnitude Of Construction Is Closer To The Lower End Of This Range). The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 450 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project.
section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
section 6: Project Labor Agreement (pla) - A Pla Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s.c. 158(f). The Pla Questionnaire Must Be Filled Out And Returned With The Sources Sought Response. The Questionnaire Can Be Found At The End Of This Document.
federal Acquisition Regulation (far) 22.503 Policy:
(a) Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects.
(b) An Agency May, If Appropriate, Require That Every Contractor And Subcontractor Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreement With One Or More Labor Organizations If The Agency Decides That The Use Of Project Labor Agreements Will-
(1) Advance The Federal Government's Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards, And Other Matters; And
(2) Be Consistent With Law.
(c) Agencies May Also Consider The Following Factors In Deciding Whether The Use Of A Project Labor Agreement Is Appropriate For The Construction Project:
(1) The Project Will Require Multiple Construction Contractors And/or Subcontractors Employing Workers In Multiple Crafts Or Trades.
(2) There Is A Shortage Of Skilled Labor In The Region In Which The Construction Project Will Be Sited.
(3) Completion Of The Project Will Require An Extended Period Of Time.
(4) Project Labor Agreements Have Been Used On Comparable Projects Undertaken By Federal, State, Municipal, Or Private Entities In The Geographic Area Of The Project.
(5) A Project Labor Agreement Will Promote The Agency S Long Term Program Interests, Such As Facilitating The Training Of A Skilled Workforce To Meet The Agency S Future Construction Needs.
(6) Any Other Factors That The Agency Decides Are Appropriate.
see Far Provision: 52.222-33 Notice Of Requirement For Project Labor Agreement And Far Clause 52.222-34 Project Labor Agreement For Further Details.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Nine (9) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information (this Is Inclusive Of The Pla Questionnaire). This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary Point Of Contact Listed Below By May 9, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 300
independence, Oh 44131
primary Point Of Contact:
shawn Tavernia
contract Specialist
shawn.tavernia@va.gov
secondary Point Of Contact:
bridget E. May
contracting Officer
bridget.may@va.gov
project Labor Agreement (pla) Questionnaire
(please Respond To The Questions Below)
1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects?
yes/no
comments:
2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla?
yes/no
comments:
3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease?
comments:
4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition?
yes/no
comments:
5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation?
yes/no
comments:
6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project?
comments:
--- End Of Pla Questionnaire ---
Closing Date9 May 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Is Not A Solicitation Announcement. This Is A Request For
information Only.
this Request For Information (rfi) Is Intended For Information And Planning Purposes Only At This Time; And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs. Because This Is A Request For Information Announcement, No Evaluation Letters And/or Results Will Be Issued To The Respondents. No Solicitation Exists. Therefore, Do Not Request A Copy Of The Solicitation And Bids Are Not Being Accepted At This Time.
the Department Of Veterans Affairs (va), Visn 4, Network Contracting Office 4 (nco 4), Is Seeking Information And Potential Qualified Sources Capable Of Providing Service Work For Lease Alterations Based On The Government Requirements Identified In The Sow Statement Of Work That Is Identified Below. The Work Location For Lease Alterations Will Be For The West Philadelphia Clinical Annex, Located At: 6232 Market Street, Philadelphia Pa 19139. Interested Contractors Are Encouraged To Apply, Sending Their Responses To This Rfi, To The Lease Contract Specialist: Tyler Karns, Who Will Receive Responses By Email At: Tyler.karns@va.gov.
all Firms Responding To This Request For Information Are Advised That Their Response Is Not A Request For Proposal, Therefore Will Not Be Considered For A Contract Award. Any Costs Associated At Preparing A Response To This Rfi Are Your Own Responsibility.
vendor, Otherwise Identified As The Contractor, Shall Provide The Following Services For The Lessor Relating To The Sow Listed Below:
statement Of Work (sow)
clean Storage Rooms
background: The West Philadelphia Clinical Annex Requires Lease Alterations To Two (2) Clean Storage Rooms That Include The Following Requirements: Installation Of One (1) Air Handler Unit To Be Incorporated Into The Existing Hvac System That Will Be Integrated Into Rooms 123a, 137, And 143 (medication Room) To Maintain A Controlled Temperate Climate To Safely Store Medicine. Additionally, The Electric To The Front Door Shall Be Re-run To An Electric Panel Within The Va Suite, Allowing The Control Of The Electric Panel To Be Monitored By Va Staff.
place Of Performance: 6232 Market Street, Philadelphia Pa 19139.
period Of Performance: The Installation Should Take Place Within 120 Days Of Award Unless Specified Otherwise By Va (lco) Lease Contracting Officer.
the Contractor: Designated As Working For The Lessor, Will Be Responsible For Providing The Necessary Design, Labor, Material, And Equipment To Complete The Following Required Tasks Below:
provide Ae Design Drawings / Plans: Shall Be Issued Sealed By The Architect/engineer (a/e) Prior To Construction Issued To Va Cor. A/e Shall Meet The Va Cor Onsite Prior To Start Of Design Drawings / Plans. A/e Shall Provide 75% Plan Review Within 3 Weeks Of Initial Meeting With Va Cor. Va Shall Review 75% Plans For 2 Weeks. A/e Shall Return 100% Plans Sealed Construction Documents Within 2 Weeks Of Plans Returned From Va. Va Cor Will Conduct A Proficient Review Of 100% Plans For 2 Weeks, Meet With Va Contracting Providing His Analysis Of The Final Design Plans Prior To Obtaining Va Lco Final Approval.
notice To Proceed Issued: Once Lco Approves Final Ae Drawings, The Va Cor Will Send An Email Titled: Notice To Proceed - Start Construction, Notifying Lessor, That Construction Efforts For Alterations Can Begin Dependent On Any Other Details The Cor Deems Important.
pre-construction Risk Assessment: The Ae Shall Complete The Pre-construction Risk Assessment And The Construction Contractor Shall Conform To Icra Requirements. (contractor To Adhere To Va Medical Center Memorandum 138-41 And Medical Center Policy 111-15. Form Vha-icra-2023-1.0 Shall Be Used For The Icra Permit.)
(5.) Upon Receipt Of Notice To Proceed - Start Construction, The Lessor S Contractor Will Provide The Following Alterations:
install One (1) Air Handler Unit To Be Incorporated Into The Existing Hvac System
additional Alterations Will Be Made For Two (2) Clean Storage Rooms That Include Rooms 123a, 137, And 143 (medication Room).
positive Air With (4) Four Changes Per Hour.
always Maintain A Temperature Range 66â°f - 75â°f.
always Maintain A Humidity Range Of 30% - 55%.
flooring Shall Be Welded Seam Sheet Flooring With 4-inch Integrated Cove Base With Metal Cap.
wall Shall Be Gypsum Board With High Build Glazed Coating (epoxy Paint) And Rigid Wall Protection (sheet) Installed 4 -0 Aff.
ceiling Shall Be Gypsum Board With Epoxy Paint Finish.
doors Shall Be Solid Core Wood With Interior Hinges Or Otherwise Non-removable Pins.
doors Shall Have A Best Mortise Ez Lock, Cypher Lock, With 7-pin Core Or Equitant.
all Walls Shall Be Extended To The Deck Above For Security Reasons. This Can Be Done On One Side Preferably On The Exterior Wall Side Of The Room.
install Valves For Hyperchlorination Of Water System.
hyperchlorinate Water System After Shutdown To Install Plumbing For Humidity Control.
contractor Will Need Access And Va Supervision While Performing Work Inside Medication Room, Room 143. The Contractor Will Give 2 Weeks Notice To Va Cor For Work Inside The Medication Room.
Clinic Front Door Electric Run To Va Panel
currently, The Electric For The Front Door Is Run From An Electric Panel That Is Not Under Va Control. The Electric To The Front Door Shall Be Re-run To An Electric Panel Within The Leased Space Of The Va Suite That Can Be Controlled And Operated By The Va Staff.
additional Requirements The Contractor Shall Provide The Following Tasks For Successful Project Completion::
contractor Personnel Shall Be Osha 30 Certified And Abide By All Applicable Safety Regulations Established By Va And Federal Policies.
contractor Shall Obtain Lifts, Cranes, And Necessary Equipment To Complete This Project. - If A Crane Is Needed, A Lift Plan Must Be Submitted To The Cor And Approved By Fms Prior To Scheduling The Work.
contractor Will Coordinate To Ensure Access And Va Oversight Of The Room While Performing Work Inside Medication Room, Room 143. The Contractor Will Give Two (2) - Weeks Notice To Va Cor For Work Inside The Medication Room.
Contractor Shall Perform All Tasks Within The Va Clinic Outside Clinical Hours. Work Outside The Va Clinic May Take Place During Normal Working Hours But May Not Interfere With Clinical Operations. Contractor To Adhere To Va Medical Center Memorandum 138-41 And Medical Center Policy 111-15. Form Vha-icra-2023-1.0 Shall Be Used For The Icra Permit.
The Ae Shall Complete The A/e Shall Complete The Pre-construction Risk Assessment And The Construction Contractor Shall Conform To Icra Requirements.
Lifts Or Cranes Must Be Removed From Government Property Daily, There Will Be No Designated Area For Lifts Or Cranes To Be Stored At The Medical Center.
Contractor Must Establish Proper Access And Va Participation Delegated By The Cor, While Performing Work Inside Drug Room.
Contractor Must Provide Valid Insurance To Perform Any Work On-site And Name The Lessor As Additional Insured.
Any Roof Top, Ceilings Or Exterior Wall Penetrations Must Be Patch And Sealed. Fire Or Smoke Wall Penetration Shall Be Fire Caulked.
All Work Should Be Accomplished In Accordance With Federal, State, Local, Osha And Va Guidelines, Codes, And Regulations.
Damage And Clean Up: Any Damage Caused By The Contractor To The Facility Including But Not Limited To Walls, Ceiling Surfaces, Furniture, Utility Lines, Etc. Shall Be Repaired To Match The Existing Conditions. Contractor Shall Be Responsible To Make These Repairs At Their Own Expense.
Contractor Is Responsible For Clean-up Of The Work Site And The Disposal Of All Waste And Excess Materials Daily. Contractor Shall Not Utilize Va Waste Containers To Disposal Of Their Waste And Materials.
interruptions Scheduled: Execute Work To Interfere As Minimally As Possible With Normal Functioning Of The Community Based Outpatient Clinic, Including Operations Of Utility Services, Fire Protection Systems And Any Existing Equipment, And Work Being Done By Others. Use Of Equipment And Tools That Transmit Vibrations And Noises Through The Building Structure, Are Not Permitted In Buildings That Are Occupied By Veterans Or Vha Staff, Except As Approved By Cor In Writing. (cor Contact Information To Be Provided Later.)
dumpster Site Coordination: Lessor Shall Coordinate Dumpster Locations With The Va Parking Operations To Ensure Minimal Disruption To Va Site Use. The Storage Of Materials And Equipment By The Lessor Must Be In Approved Designated Areas. The Va Does Not Have Space For On-site Storage, Nor Is The Va Responsible For Oversight Of Designated Storage Areas.
site Security And Safety: The Lessor Shall Designate A Minimum Of One Site Safety And Health Officer (ssho) At The Project Site That Will Be Identified As The Ssho To Administer The Lessor S Safety Program. The Designated Ssho Must Meet The Requirements Of All Applicable Osha Standards And Be Capable (through Training, Experience, And Qualifications) Of Ensuring That The Requirements Of 29 Cfr 1926.16 And Other Appropriate Federal, State, And Local Requirements Are Met For The Project. Cmcvamc Inspectors Will Perform Continuous Inspections Of The Work Site In Accordance With Contract Requirements.
all Deficiencies Noted By The Cmcvamc Inspectors Will Be Reported To Cor For Contractor Correction.
parking: Contractor Will Have Available Parking Assigned By Va Cor.
questions: Will Be Responded To By Contacting The Lease Contract Specialist, Tyler Karns, He Can Be Reached By Email At: Tyler.karns@va.gov.
/***************************************end Of Sow***********************************************/
disclaimer
this Rfi Will Be Conducted In Accordance With Intent For Market Research Purposes Which Are Under Federal Acquisition Regulation (far) Part 10. Telephone Responses Will Not Be Accepted. Responses Must Be Received Via E-mail To Tyler.karns@va.gov No Later Than, 12:00 Noon Eastern Standard Time (est) On April 4st, 2025. This Notice Will Help The Va In Determining Available Potential Sources Only. Do Not Contact Va Medical Center Staff Regarding This Requirement, As They Are Not Authorized To Discuss This Matter Related To This Procurement Action. All Questions Will Be Addressed By The Contract Specialist, Tyler Karns.
information Will Only Be Accepted By Responding With A Complete Response Sending An E-mail To The Lease Contract Specialist, Tyler Karns, At The Following Email Address: Tyler.karns@va.gov.
this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
Closing Date4 Apr 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Synopsis:
introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure And Data Center Upgrades Construction Project At The Joseph Maxwell Cleland Atlanta Va Medical Center Located In Decatur, Ga.
project Description:
the Scope Of This Project Includes But Not Limited To Completely Prepare Site For Building Operations, Including Demolition And Removal Of Existing Structures, And Furnish Labor And Materials And Perform Work For Data Center/main Computer Room (mcr)/campus Support Center (csc) The Replacement Of The Main Data Center In Building 1. Main Data Center To Be Relocated And Brought Into Compliance With The Oit Standards. Facility Fiber Infrastructure Upgrade Fiber Optic Cables Per The Oit Standards And Reconfigure In A Star Topology Where The Data Center In Building 1 Serves As The Centralized Location And Distribution Point For New Fiber Optic Backbone Cabling Within The Building. Telecommunication Room (tr) Upgrade New Trs In Multiple Buildings Throughout The Campus In Compliance With The Oit Standard. This Includes Architectural, Electrical, And Mechanical Work In Addition To Tr Equipment Room Fittings And Cabling. Work Area Outlets (wao) Upgrade The Existing Horizontal Cabling From The Trs To The Waos. Upgrade Of Supporting Electrical/mechanical Systems. Physical Security Upgrade Of The Data Center And Trs To Comply With The Oit Standards And The Physical Security And Resiliency Design Manual (psrdm).
procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In Mid To Late-june 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 730 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide A Cover Page With Company Name, System For Award Management (sam) Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project. As Part Of This Statement, Please Indicate If Your Firm Is More Likely To Submit A Bid If It Is Competed As A Far 14, Invitation For Bid, (price Only) As Opposed To A Far 15 Solicitation Which Includes Technical Factors Other Than Price Under A Request For Proposal. Would A Far 15 Procurement Dissuade You From Submitting A Proposal?
section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
provide A Response To Each Of The Following Items:
discuss Your Specific Experience With Previous Ehrm Infrastructure Upgrade Construction Projects? What Was The Dollar Value And Project Title, And What Was Your Role?
describe In Detail Your Company S Experience In The Following Areas:
installing Data Centers
routing Fiber Optic And Conduit Installations
phasing Management - This Includes Your Ability To Use An Existing System Online While Building What Is Being Replaced, And Transition To Take Down The Old System And Install The New System. This Project Twill Requires A Contractor To Keep Working Data Centers Operational During Construction.
migrating Existing Telecommunication Rooms (tr)
upgrade Computer Room Air Conditioning (crac) And Mechanical, Electrical, And Plumbing (mep) For Data Centers
describe Your Experience Demonstrating An Ability To Manage Multiple Simultaneous Construction Crews.
section 6: Project Labor Agreement (pla) - A Pla Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s.c. 158(f). The Pla Questionnaire Must Be Filled Out And Returned With The Sources Sought Response. The Questionnaire Can Be Found At The End Of This Document.
federal Acquisition Regulation (far) 22.503 Policy:
(a) Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects.
(b) An Agency May, If Appropriate, Require That Every Contractor And Subcontractor Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreement With One Or More Labor Organizations If The Agency Decides That The Use Of Project Labor Agreements Will-
(1) Advance The Federal Government's Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards, And Other Matters; And
(2) Be Consistent With Law.
(c) Agencies May Also Consider The Following Factors In Deciding Whether The Use Of A Project Labor Agreement Is Appropriate For The Construction Project:
(1) The Project Will Require Multiple Construction Contractors And/or Subcontractors Employing Workers In Multiple Crafts Or Trades.
(2) There Is A Shortage Of Skilled Labor In The Region In Which The Construction Project Will Be Sited.
(3) Completion Of The Project Will Require An Extended Period Of Time.
(4) Project Labor Agreements Have Been Used On Comparable Projects Undertaken By Federal, State, Municipal, Or Private Entities In The Geographic Area Of The Project.
(5) A Project Labor Agreement Will Promote The Agency S Long Term Program Interests, Such As Facilitating The Training Of A Skilled Workforce To Meet The Agency S Future Construction Needs.
(6) Any Other Factors That The Agency Decides Are Appropriate.
see Far Provision: 52.222-33 Notice Of Requirement For Project Labor Agreement And Far Clause 52.222-34 Project Labor Agreement For Further Details.
section 7: It Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Nine (9) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above. Please Note That Hard Copies Will Not Be Accepted. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By April 23, 2025 At 1:00 Pm Et. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 490
independence, Oh 44131
primary Point Of Contact:
lucretia Maloney
contract Specialist
lucretia.maloney@va.gov
secondary Point Of Contact:
katherine Gibney
contracting Officer
katherine.gibney@va.gov
project Labor Agreement (pla) Questionnaire
(please Respond To The Questions Below)
1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects?
yes/no
comments:
2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla?
yes/no
comments:
3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease?
comments:
4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition?
yes/no
comments:
5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation?
yes/no
comments:
6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project?
comments:
--- End Of Pla Questionnaire ---
Closing Date23 Apr 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Details: Synopsis:
project Title:
pre-solicitation Notice For Project 657-24-111jc Renovate Ambassador Suite & Main Lobby, Building 1, 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 Abby.monroe2@va.gov And Arnold.payne@va.gov. Personal Visits To Discuss This Announcement Will Not Be Allowed.
g. The Naics Codes For This Procurement Is 541310 Architectural Services And Small Business Size Standard Of $12.5m. Award Of A Firm Fixed Price Contract Is Anticipated. The Anticipated Time For Completion Of Design Is Approximately 199 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 $5,000,000.
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 1/17/2025 At 3:00pm Central Standard Time To The Nco 15 Contracting Office, Attn: Arnold Payne, Contracting Officer @ Arnold.payne@va.gov And Abby Monroe, Contract Specialist @ Abby.monroe2@va.gov.
project Information
the Mission Of The Veterans Affairs Saint Louis Health Care System (vastlhcs) Is To Provide The Highest Quality Health Care To Our Nation S Veterans. In Order To Accomplish This Mission, Vastlhcs Facility Engineering Service (fes) Intends To Partner With An A/e Firm On A Project To 657-24-111jc Renovate Ambassador Suite & Main Lobby, Building 1, John Cochran Division, St. Louis, Mo 63106. Project Will Renovate An Ambassador Entrance, Entrance Corridor, And The Ambassador Suite To Improve Patient And Ada Access To The Building, Fix Moisture And Leaking Issues With The Existing Skylight, Update Finishes, Improve Patient Circulation, And Optimize Space For The Existing Functions Operating In The Area As Well As Correct Hvac And Electrical Deficiencies, And Other Facilities Conditions Assessment Deficiencies Located Within The Area. The Main Entrance Of Bldg. 1 Will Be Updated To Facilitate Visitor Traffic Flow And Experience. The Existing Revolving Door Will Be Replaced With An Airlock Of Sliding And Swinging Doors With Automatic Controls.
supplement B
scope Of Work:
a/e Services Are Required For Schematics, Design Development, Construction Documents, Construction Cost Estimate And Construction Period Services For Project Number 657-24-111jc Renovate Ambassador Suite & Main Lobby, Building 1. This Delivery Order Shall Cover The Following Tasks.
a/e Part Two Services Of This Design Project (also Known As Construction Period Services) Includes Responding To Construction Contractor Requests For Information (rfis) During The Solicitation And Construction Phases Of The Construction Project, Attendance At Pre-bid, Post-award And Commissioning Kick Off Construction Project Conferences, Review Of Construction Material Submittals And Shop Drawings, Approximately 5 Site Visits During Construction To Ensure Compliance With The Design Drawings And Specifications, Preparation Of Site Visit Reports, Coordination With Project Commissioning Requirements, Review Of Any Construction Project Modifications For Cost And Technical Acceptability, Attendance In The Final Acceptance Inspection, Preparation Of The Punch List And Preparation Of Record Drawings Of The Completed Construction Project Based On The Construction Contractor S As-built Drawings. The A/e Shall Prepare A Submittal Log To Be Utilized By The Va During Construction Period Services, Maintain Rfi Log And Provide Meeting Minutes For Weekly Construction Meetings Throughout The Duration Of Construction. The A/e Shall Hire A Third-party Commissioning Agent To Commission All Installed Equipment.
the Above Paragraphs Constitute A Basic Outline Of The Work To Be Accomplished And In No Way Comprises All The Details For Design Of This Project. The A/e Shall Initiate Detailed Inspection Of The Project Site To Determine The Needs And Conditions For The Design Of This Project.
the A/e Shall Be Solely Responsible For The Management, Including All Associated Labor, Equipment, Materials, Mailing Costs, And Inspection, To Meet The Requirements Of The Design Project. The A/e Shall Further Provide Meeting Minutes For All Meetings Held Under This Design Project.
general Statement
a/e Part One Services (also Known As Design Phase) For This Design Project Includes Site Visit, Field Investigation, Conduct Of Studies And User Interviews To Update Drawings, Specifications And Cost Estimates For All Facets Of Work And Disciplines/trades To Facilitate A Construction Project. This Project Will Renovate Ambassador Suite & Main Lobby, Building 1
2. Design Development:
the A/e Firm Shall:
a. Meet With Facilities, And Other Personnel Prior To Start Of Design To Determine Detailed Requirements Of Work Involved.
b. Work From Existing Building And Site Drawings Furnished By The Va To Develop Project Design. (these Are To Be Used Only As Guidelines);
c. Perform Any Necessary On-site Field Investigations To Accomplish Work And To Verify Drawings Provided By The Va;
d. Prepare Rough Sketches, If Necessary, To Solve Possible Problems In Design Throughout The Contract; And
e. Follow Va Program Guide Pg-08-15 Volume C, And Other Applicable Guidelines To Design The Project.
3. 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.â Prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf330 Packages Using Additional Pages As Necessary.â 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: 657-24-111jc Renovate Ambassador Suite & Main Lobby, Building 1 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: 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. A/e Firms Shall Have Licensed Professional Architects And Engineers Currently Registered In The State Of Missouri Or In A State Of Which Missouri Has Recognized The Engineering License. The Specific Disciplines Which Will Be Evaluated Are Architects, Civil Engineer, Mechanical Engineers, Electrical Engineers, Structural Engineers, Industrial Hygienists, Estimators, Cad Operators, Project Managers, Leed Consultant, Fire Protection Engineer, And Interior Designer.
2. Specialized Experience And Technical Competence: Provide Detailed Project Information On Any Projects (that Are Complete - Design And Construction) The Proposed Team Has Worked Together On In The Last Five (5) Years. Special Emphasis Will Be Given To Any Medical Facility Related Projects. If The Entire Team Has Not Worked Together Previously, Provide Detailed Project Information That Each Of The Team Members Have Worked On In The Last Three (3) Years With Special Emphasis On Medical Facility Projects. The Project Information Should Include Project Titles, A Short Scope Of Work, Date Of Design Completion, Date Of Construction Completion, Firms Involved, Etc. The A/e Shall Also Describe If They Have Any Experience Completing A Design That Was Started By Another A/e Firm. Provide The Project Title, Scope Of Work, Date Of Design Start For This Team, Percentage Of Design When Accepted By Team And Completion Of Design.
3. Capacity To Accomplish The Work. The General Workload And Staffing Capacity Of The Design Offices Which Will Be Responsible For The Majority Of The Design And The Ability To Accomplish The Work In The Required Time Will Be Evaluated.
4. Past Performance: Nco 15 Will Evaluate 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 3 Years Will Receive A Lesser Score Than Those References For Projects Accomplished Within The Past 3 Years.
5. Location Of Design Firm: The Geographic Proximity Of Each Firm To The Location Of The Va Medical Center Will Be Evaluated. The Firm Must Be Capable Of Issuing Stamp Drawings In The State Where The Work Is Performed.â The Medical Center Is Located At Saint Louis, Va Medical Center, Saint Louis Missouri 63106.
6. Claims And Terminations: Provide Documentation Of Significant Claims Against The Firm Or Terminated Contracts Because Of Improper Or Incomplete Architectural And Engineering Services. Provide A Detailed Narrative Of Relevant Projects Within The Last 5 Years That Have Claims Against The Organization Or Have Been Terminated By The Owner. Include The Circumstances, Cost, And Schedule Impacts To Involved Parties, And Outcomes Of The Claims And/or Terminations. They Will Be Examined.
Closing Date17 Jan 2025
Tender AmountUSD 266.5 K
This is an estimated amount, exact amount may vary.
1871-1880 of 1974 archived Tenders