Architect Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
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 Alvin C. York Veterans Administration Medical Center (vamc) Located In Murfreesboro, Tn.
project Description:
includes, But Not Limited To, The Following Infrastructure Improvements: Electrical (electrical Panel Upgrade, Power (normal, Emergency)), Bonding, Ups, Building Management System Interfaces, Assess For New And Upgrades To Existing Hvac, Reconfiguration, Expansion And Renovation Of Existing Space (demo, New Construction, Finishes, Cable), Renovate Space For Datacenter (expanded Space, Cable Management, Server Rack Configuration), Communication Infrastructure (new Data Outlets, Patch Panels, Upgrade To Cat 6a Cable) In Buildings As Necessary, Physical Security Upgrades, Assess And Upgrade Fiber Infrastructure Backbone Campus Wide Within Buildings And Between Buildings, Provide Diversified Path For Wan, Hazardous Abatement.
projects Includes Buildings 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12, 13, 15, 16, 17, 106, 112, 116 East, 116 West, 117, 118, 120, 146, 147 And Site.
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 Early To Mid-july 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 720 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 5, 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 300
independence, Oh 44131
primary Point Of Contact:
samuel Cornwell
contract Specialist
samuel.cornwell@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 Date5 May 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Tender
Software and IT Solutions
Germany
Description: Contract notice - general guideline, standard regulation Open procedure (services) IT standard seminars in 5 lots Procurement of IT standard seminar services for the state of Hesse in five lots Office communication and graphics seminars on the subject area "MS Office" Seminars on the an ... MoreIT standard seminars in 5 lots Procurement of IT standard seminar services for the state of Hesse in five lots Office communication and graphics seminars on the subject area "MS Office" Seminars on the application programs Windows, Word, Excel, Powerpoint, Access, Onenote and Outlook in the version used in the state of Hesse. Teaching content: The learning objectives and individual content modules are based on the internationally standardized ICDL curriculum (International Certification of Digital Legacy). Orientation means that the "categories" and "areas of knowledge" named in the curriculum are to be taught in the seminars. It is also necessary that awareness of the topic of "accessibility" is raised in the Office seminars. In concrete terms, this means that Office's own tools on this topic are part of all Office seminars. The following topics must be covered: - Basics of document structuring O Using headings and lists for a clear hierarchy O Using format templates for consistent structuring - Creating meaningful hyperlinks - Adding alternative text for images and graphics - Setting metadata for the document - Using the internal accessibility tool Seminars on the subject of "graphics and design" The state of Hesse uses products from the manufacturer Adobe. Training courses on the subject of "graphics and design" are to be offered on the following products: - Adobe Illustrator - Adobe Indesign - Adobe Photoshop Course content: Seminars must be offered for this subject area that enable comprehensive training on Windows operating systems. The content and quality are based on the requirements of the manufacturer Adobe for certified training partners. Further information can be found in the file "performance description_it-standard seminar services_5_lose". Project and process management seminars on the topic of "project management methodology" The seminars cover at least the following applications: - (classic) project management - Agile project management including Scrum Framework and Kanban Framework - Each with certifications Prince 2 (foundation and practitioner) and Scrummaster (csm) Course content: The course content is based on the project management content of the German Society for Project Management Ev (gpm) as well as agile values and principles in the sense of the Agile Manifesto. Seminars on the subject of "project and knowledge management software applications" Software applications (in the version used in the state of Hesse) - MS Project - Jira (Atlassian) - Confluence (Atlassian Course content: The course content includes the basics, advanced functions and best practices for optimized application in real project scenarios. Seminars on the subject of "process management" Seminars on the subject of "ITIL" including certification (ITIL Foundation). Obtaining special certifications: The contractor is qualified to have participants take certification exams for the subject areas mentioned. Further information can be found in the file "performance description_IT standard seminar services_5_lots". Information technology and security Seminars on the subject of "operating systems" In addition to general seminars on "operating systems", it should also be possible to book seminar modules that build on one another in order to obtain corresponding certificates in this area. A) Server operating systems - MS Windows: Windows Server 2019 and 2022 - Linux: SUSE Linux Enterprise Server, SLES 15 B) Client operating system - MS Windows 10 - MS Windows 11 C) Obtaining Linux-specific certificates - The contractor is qualified to have participants take the Linux Essentials and LPIC-1 and LPIC-2 certification exams. Teaching content: The content of the seminars is based on the MOC courses (Microsoft Official Curriculum) from Microsoft as well as the Linux Essentials Linux certification and the certificates of the Linux Professional Institute (LPI). The contractor proves by submitting a copy that he has a valid certificate as a Linux Professional Institute Approved Training Partner (LATP). Seminars on the subject of "network technology" Seminars must be offered in this subject area that impart knowledge about network technology. This also includes training on IPv6. Course content: The learning objectives and content are based on the topics required for training administrators, on-site support staff, developers and network technicians. Seminars on the subject of "databases" The state of Hesse uses the database systems MS SQL Server and Oracle Database. The contractor's seminar program must enable basic SQL training and offer in-depth seminars for the preferred database systems. Course content: The target groups are application developers and administrators. The seminars are based on the content of the seminars offered by the manufacturers of these database systems, namely Microsoft and Oracle. Seminars on the subject of software development The following seminars are to be offered to the target group of software developers, architects and testers: - Java - C# - Python - Web development - Software design - Git and Gitlab Course content: The course content depends on the respective programming language and should be designed for beginners and advanced users. Seminars on the subject of "IT security" Seminars are required to inform and raise awareness among IT users about IT security. Teaching content: The learning objectives and content are based on the ICDL Module 6 "IT security" curriculum in the most recent version. Trainers for the subject of "IT security" must have at least the BSI basic protection certificate. Further information can be found in the file "performance description_IT standard seminar services_5_lots". Cloud technology The following seminars are to be offered to the target group of software developers and IT infrastructure experts: - Cloud computing basics - Docker - Kubernetes - Terraform - Ansible - Openshift - DevOps and DevSecops - CI/CD pipelines in the Linux and Microsoft environment Teaching content: The seminars are intended to impart the necessary technical knowledge and skills for the efficient and secure operation of a container platform in an organization. Participants are not only introduced to the basics of container technology, but also to the practical application and integration of modern tools and technologies. The aim is to enable participants to plan, implement and operate container platforms not only securely, but also scalably, efficiently and sustainably. In addition to security, aspects such as performance optimization, automation, risk management and compliance with compliance requirements are also taken into account. Certifications offered: Participants should have the opportunity to acquire the Certified Kubernetes Administrator (cka) and Certified Kubernetes Application Developer (ckad) certificates. Further information can be found in the file "leistungsbeschreibung_it-standardseminarleistungen_5_lose". Artificial Intelligence Seminars on the following topics are to be offered to all state employees: - AI basics for public service employees - Digital transformation through AI in public administration - Practical use of AI in administrative processes - Legal framework for AI in public service, including the current status of the EU-AI Act and the data protection principles according to the EU-GDPR, as well as any legal framework for action in the state of Hesse. Teaching content: The seminars convey basic knowledge about artificial intelligence (AI), how it works and possible uses in public administration, including the role of AI in digital transformation and the optimization of administrative processes. Practical application examples and strategies for integrating AI into workflows are covered. In addition, legal frameworks such as the EU-AI Act, the EU-GDPR and ethical aspects are addressed in order to ensure the safe and responsible use of AI. Further information can be found in the file "leistungsbeschreibung_it-standardseminarleistungen_5_lose".
Closing Date28 Feb 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Gemeindevorstand Der Gemeinde Haina Kloster Tender
Others
Germany
Description: Restricted invitation to tender with public competition Vob/a electrical installation 01.The relevant rules, guidelines and provisions in their latest version apply to the execution of the system. All VDE regulations that must be applied to this construction project. ... More01.The relevant rules, guidelines and provisions in their latest version apply to the execution of the system. All VDE regulations that must be applied to this construction project. Other relevant guidelines and regulations, such as: - The requirements of the building inspectorate - The requirements of the building regulations office - The requirements of the trade inspectorate - The requirements of the local fire brigade - The building police and official regulations - Those of the fire protection office - The recommendation of the building trade association - The guidelines and regulations of Deutsche Post AG Fo and Ftz - The specific requirements of the building permit - The accident prevention regulations - Afa - The recommendation of the office for occupational safety - Avb - Electrical regulations - Lbo - State building regulations with all partial regulations - Vdew, Zvei, Zveh - Vds - The recommendation of the association of property insurers - Tab - Technical connection conditions for medium and low voltage systems of the responsible Evu. All regulations must be conscientiously observed and followed. 02.As a general rule, only overview plans with the system devices are provided. The cable dimensions must be selected according to the system functions and special features of the manufacturer. 03.The upstream overcurrent and short-circuit devices must be adapted to the actual conditions and corrected as appropriate. The person who created the system is liable for its accuracy. Particular attention must be paid to an even load distribution across the three external conductors. The evenness must be verified by measurements. 04.The products offered that have the addition "or equivalent" serve solely to determine the technical requirements to be met by these materials. It is up to the bidder to offer other products that meet these quality standards. 05.There are no lockable rooms available on site for the accommodation of workers, the storage of materials and tools, etc. 06.If the work coincides with that of other contractors, the closest possible contact must be maintained with these companies to ensure that the work is carried out smoothly. All routings must be precisely coordinated with the companies responsible for the building services systems. 07.Samples of all essential components, particularly switches, sockets, lights, ducts, platforms, etc. must be submitted to the construction management without being asked to do so before the order is placed. The final selection is made by the construction management. 08.Before the distribution boards are built, view and sectional drawings of the planned design must be submitted to the construction management for approval. 09.The bidder undertakes to appoint an assembly manager before work begins, who will accept instructions from the construction management and the client at construction meetings and ensure that they are carried out. This assembly manager must remain the same for the entire construction period. If this contact person changes, all costs for damage or inconvenience caused to the client as a result will be deducted from the final invoice. 10.All necessary daily wage work will be billed according to the hourly rates listed in the separate appendix. If the entry is not made, the wage rate will be set by the construction management. Daily wage work will only be approved if it has been agreed with the construction management beforehand. This work may only be carried out on the instructions of the construction management. Daily wage records must be presented to the construction management daily. 11.The measurements must be carried out in a time that ensures that the work can be clearly identified. The measurements must be drawn up in order by circuit. The measurement check must be requested in good time. 12.After completion of the system, the contractor must prepare valid inventory plans with the final status of the installation. The inventory plans must contain all the necessary details such as distribution boxes, circuit designations, etc. The completeness and accuracy must be confirmed from then on by means of a stamp, signature and the inscription "inventory plan". The contractor or his representative only checks the number of plans for completeness. The inventory plans are to be delivered as follows: 2 copies in paper form, folded, in folders, laid out in color 1 copy in digital form on a data carrier All audit documents are to be handed over correctly in a professional form. Handwritten sketches or entries are not accepted! Documentation documents Structure and content of the documentation documents: Cover sheet (in transparent cover) - Project name and address - Trade name - Name and address of the executing company - Name and address of the specialist planner Table of contents (in transparent cover) - Structure according to the following specification (to be separated by index sheets) 1. General 1.1 Protocol for instruction of operating personnel 1.2 List of participants in the inventory acceptance 1.3 List of participants in the functional acceptance 2. Certificates 2.1 Approval certificates 2.2 Certificates of compliance with VDE and DIN standards 2.3 Certificate according to BGV A3 2.4 TÜV acceptance 2.5 Proof of uniform phase loading 3. Functional descriptions 3.1 Functional description of complex systems 4. Measurement reports 4.1 All measurement reports according to DIN VDE 0100, Part 610 4.2 Measurement report for antenna system 4.3 Measurement report for IT cabling 5. Operation and maintenance 5.1 Operating instructions 5.2 Maintenance instructions 6. Manufacturer documents 6.1 Manufacturer brochures (labeling of all components used) 6.2 Equipment file (contains make list and spare parts list of all components used) 7. Diagrams 7.1 Installation diagrams 7.2 Block diagrams 8. Distribution/central documents 8.1 Functional description of the system 8.2 Marshalling plans 8.3 Terminal assignment plans for distributors 9. Revision plans 9.1 Installation plans, scale 1:50, specifying all operating resources with designations in accordance with the distribution documents. An operating manual and a circuit diagram must be attached to each technical center. The diagram must show the structure, function and performance data. 13.To specify the work carried out, the architect and the contractor carry out a joint acceptance of the electrical systems. This acceptance is not a test within the meaning of the VDE regulations, but a test for completeness of the service in accordance with Vob. For this purpose, it is necessary that proof of the implementation of the tests required by VDE is kept in the form of a test report. The personnel costs for participation in acceptance tests are to be included in the unit prices. 14. Partial commissioning, earlier use or final invoice do not replace a final acceptance. This can only take place after the entire work has been completed. Defects identified during acceptance must be remedied within a period to be specified more precisely, without further notice. 15. The contractor is liable for all damage caused by non-compliance with the aforementioned offer and order conditions. He is obliged to inform himself about the other tradesmen involved in the construction and their work and to report any defects that could have an impact on the execution of his services to the construction management in writing before the electrical systems are carried out. The contractor is liable for the completeness of a system component until the final acceptance. 16. References must be included with the offer or it must be stated in a list with amounts that the bidder has already installed systems of the same or larger size several times. 17. If this proof is not included, the offer will be automatically excluded. C. Additional preliminary remarks on the electrical systems 01. Within the suspended ceilings, the cables must be properly fastened with plastic clamps or plastic holders at least every 60 cm. Cable trays are only installed where the frequency of cables justifies this. 02. All cable feedthroughs through metal parts, webs, profile rails, etc. must be provided with PVC grommets. All costs for this must be included in the unit price, as must all necessary drilling. 03. All dimensions for the arrangement of the devices, such as switches, sockets, lights, etc. must be determined with the construction management before installation. 04.Multiple sockets must be designed as a combination with combination cover plates. 05.All built-in devices, such as switches and sockets, etc. must be fastened in the device boxes with screws. Claw fastening is not permitted. 06.Particular attention must be paid to the use of flame-retardant switch boxes, switch terminal boxes and junction boxes in hollow walls, etc. All of these boxes must be calculated accordingly in the Lv, even if this is not specifically mentioned, including the creation of the installation openings. 07.The cables for the building services trades, RWA systems, etc. must be laid according to the instructions of the specialist companies. A cable dimension and position plan must be requested from the specialist companies at an early stage so that these cables can be laid as part of the overall installation. 08.Socket holes in exposed brickwork must be milled cleanly in coordination with the construction management. Damage is the responsibility of the person responsible. 09.All electrical cables must be flame-retardantly coated or sheathed. Only cables from certain brands that have a test certificate for these properties may be used. The bidder must provide proof and present it without being asked to do so before installation begins. If this is neglected or if cables are not laid accordingly, the bidder must bear all costs for replacing the cables. 10.As required by the local fire protection officer, the fire brigade, the city or the relevant authority, appropriate fire barriers must be installed for breakthroughs and cable routes as a fire protection measure. Acceptance must be arranged with the fire protection officer in good time before the ceilings are closed. An acceptance certificate must be presented to the construction management without being asked to do so. All costs for this must be included in the unit prices. 11.The current MLAR must be taken into account. 12. All cable trays, risers and cable ducts must be designed with appropriate dividers to accommodate both high and low voltage systems. 13. In schools, all switches and sockets must be fitted with screwed covers in accordance with school building guidelines. 14. E30 and E90 cables may only be laid using type-approved, tested fastening material for individual installation and with appropriately approved cable tray systems for collective installation. 15. All sockets must be clearly and permanently marked with circuit numbers on the support frame. For surface-mounted sockets, the marking must be attached to the housing using a labelling device. 16. All requirements for the electrical installation listed in the preliminary remarks must be included in the EPs. There is no separate remuneration for this service. Since there are dependencies between the trades, instructions for the completion of services which are, for example, mandatory requirements for the start of a subsequent trade, must be implemented immediately. Any short-term changes to the construction process must be followed immediately. Flexible action with fast reaction times and short arrival and departure times is essential for this construction project. In view of the short execution time, this also applies to instructions from the construction management to carry out work at short notice in order not to hinder or delay subsequent trades and the overall construction process. Any additional work resulting from this must be included in the unit prices. D. General information on the service description Each item shown is to be understood as a finished job and as a service that complies with the regulations, is properly crafted and is ready for use and operation, including all ancillary services. - Additional technical contract conditions - Electrical installation DIN 18 382 The general technical regulations (ATV) for construction work of the Vob, Part C, become part of the contract. Measurements and quantity compilations as the basis for calculation are only to be prepared on forms from the engineering office. The forms are provided free of charge and must be requested in good time. The presence of a contractor employee with technical and local knowledge during the acceptance of the high and low current technical systems, in accordance with the construction certificate and the applicable building inspection regulations, by a building inspector-approved expert, is covered by the unit prices. The contractor must coordinate the provision of his services with - previous and subsequent - trades that technically affect his own services, so that his own services and his own execution dates are carried out correctly in terms of the detailed execution steps and functional accuracy. The usual work sequences, technical dependencies and individual steps of partial services that are separated in time are taken into account in the offer calculation. - General description of the measure - 1. The construction measure is the extension of the fire station with 4 vehicle parking spaces and the required social rooms. The existing building will be partially demolished and rebuilt. For the vehicle hall, the additional base, including the foundation and upstands, will be built using solid construction. The social wing on the ground floor and the building dividing wall to the hall will be rebuilt using solid construction. The upper floor of the social wing and the roof and walls of the vehicle hall will be made of wood. The "sports center" part of the existing building will be retained and in use during the construction period. Fire service access roads, the access to the depot (the fire service's location during construction) and escape and rescue routes must be kept clear throughout the entire construction phase, see attachment. Everything else, especially exceptions, must be agreed with the construction management. 2. During the project, some work may be carried out by municipal yard employees and firefighters themselves. This may result in various items being omitted altogether or quantities in parts of various items being reduced. The omission or reduction in quantities of these items does not entitle the contractor to make claims for lost profits or claims for an increase in unit prices. The price inquiry or requirement items must be filled in without fail, as it is possible that these items will also be carried out. The bidder acknowledges these preliminary remarks by signing the list of services. 3. The material costs and wage cost components requested in the individual items must be filled in without fail. Reference is made to the Vob/a (§25 ff). Here, if various items are omitted, the order may also be for the delivery of the material alone. 4. The construction site toilet and the break rooms must be provided by each contractor. Energy, water and electricity are provided free of charge. 5. A construction meeting is held weekly with all contractors in the community center/construction site. The company representatives who are currently working on the construction site and who will begin work in the next three weeks are required to attend and coordinate construction progress. Any costs must be included in the EPs. 6. Upon acceptance of the order, the contractor recognizes the dates stated in the preliminary remarks and the construction schedule as binding and will, if necessary, carry out necessary work outside of working hours at no extra cost so as not to jeopardize the deadlines for subsequent work. The contractor undertakes to provide the appropriate number of workers based on the amount of work and working days. 7. The contractually binding partial deadlines are set out in the construction schedule. 8.The work advertised must be carried out in parts in accordance with the progress of the construction. This does not give the contractor any right to make additional claims. 9.The disposal of rubbish and debris must be carried out every two days at most, analogous to the work steps. Each contractor is responsible for this himself. 10.All further details can be found in the list of services. 11.Contrary to DIN 1961 Vob Part B § 13 (4), the limitation period for claims for defects is set at five years. 12.Services that exceed the contract amount require prior written approval, otherwise no payment will be made! Accordingly, supplementary offers must be approved in good time (at least three weeks) before execution. 13.Daily construction reports must be kept. The forms from "Zweckform - Daily Construction Reports No. 177" or equivalent must be used as a template. These must be presented to the construction supervisor every 2-3 days for signature and countersignature. The work carried out, the number of workers and the hours worked must be entered here. 14. Depending on the trade, all inventory and inspection documents must be enclosed with the final invoice in duplicate in paper form and digitally (copied onto a CD or data storage device): Final payment will only be approved after the documents have been submitted. 15. By signing the list of services, the bidder acknowledges these preliminary remarks.
Closing Date21 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others...+1Civil And Construction
Corrigendum : Closing Date Modified
United States
Details: Page 18 Of 18
page 1 Of
subject*
689-25-112, Ae Replace Underground Storage Tanks
general Information
contracting Office S Zip Code*
02908
solicitation Number*
36c24125r0025
base Notice Type
response Date/time/zone
02-20-2025 11:00am Eastern Time, New York, Usa
archive
99 Days After The Response Date
recovery Act Funds
n
set-aside
sdvosbc
product Service Code*
c1da
naics Code*
541330
contracting Office Address
department Of Veterans Affairs
va Boston Healthcare System
contracting Officer (90c)
940 Belmont Street
brockton Ma 02301
point Of Contact*
cecilia.antwi@va.gov
tamye.molinaro@va.gov
place Of Performance
address
postal Code
country
additional Information
agency S Url
url Description
agency Contact S Email Address
email Description
description
subject*
689-25-112, Ae Replace Underground Storage Tanks
general Information
contracting Office S Zip Code*
02301
solicitation Number*
36c24125r0025
response Date/time/zone
02-20-2025 11am Eastern Time, New York, Usa
archive
99 Days After The Response Date
recovery Act Funds
n
product Service Code*
c1da
naics Code*
541330
contracting Office Address
department Of Veterans Affairs
va Boston Healthcare System
contracting Officer (90c)
940 Belmont Street
brockton Ma 02301
point Of Contact*
contract Specialist
cecilia Antwi
cecilia.antwi@va.gov
774-826-3970
additional Information
agency S Url
url Description
agency Contact S Email Address
cecilia.antwi@va.gov
email Description
description
special Notice For Qualifications To Standard Form 330
north American Industry Classification System (naics) Code: 541330 Engineering Services
small Business Size Standard: $25.5 Million
introduction:
the Va Connecticut Healthcare System In West Haven And Newington Campuses, Ct Has A Requirement To Remove And Replace The Existing Old Underground Diesel Fuel Storage Tanks Located At West Haven And Newington Campuses Located At 950 Campbell Ave, West Haven, Ct And 555 Willard Ave, Newington, Ct. These Improvements Are Required To Correct The Negative Environmental Conditions Being Caused By Failure Of The Existing Sumps In A Recent Inspection. These Projects Are To Be Contracted Architect/engineer (a-e) Design Service And Shall Include Electrical, Mechanical, Structural, Plumbing, Construction Period Services, Inspections, Testing And All Such Systems And Components Necessary To Achieve The Project Goals. All Work Shall Be Designed To Include Phased Construction As Appropriate To Maintain Uninterrupted Vamc Operation Throughout The Project. Develop Complete Drawings, Specifications, Cost Estimates, Site Visits, System Commissioning And Construction Period Administration Associated With The Replace Underground Storage Tanks, West Haven, And Newington.
ensure Compliance With The Va Design Manuals As Well As All Other Design Requirements.
all Work Shall Be Designed To Include Phased Construction As Appropriate To Maintain Uninterrupted Va Medical Center Operation Throughout The Project.
see Attached Statement Of Work For Complete Details.
b. General Project Information:
the West Haven Veterans Affairs Medical Center (vamc) Located At 950 Campbell Avenue, West Haven, Connecticut Has A Requirement For A Firm Fixed Price Contract To Provide All Professional Architectural And Engineering (a/e) Services Necessary To Develop Complete Drawings, Specifications, Cost Estimates, Construction Schedules, Project Phasing, Investigations, Site Visits And Construction Period Services Associated Project 689-25-112-ae Replace Underground Storage Tanks, West Haven And Newington. This Project Will Ultimately Remove And Replace The Existing Old Underground Diesel Fuel Storage Tanks Located At West Haven And Newington Campuses.
magnitude Of Construction
the Magnitude Of Construction Is Between $1,000,000.00 And $5,000,000.00.
this Is Not A Request For Proposal:
this Is A Request For Sf330s Only. Any Requests For A Solicitation Will Not Receive A Response. No Material Will Be Issued, And No Solicitation Package Or Bidder/plan Holder List Will Be Issued.
set-aside Information:
pursuant To Vaar 852.219-73, This Acquisition Is A Total Set-aside For Service-disabled Veteran-owned Small Businesses (sdvosbs) Under The Naics Code Of 541330 (engineering Services).
any Subsequent Award Will Require The A-e Firm To Be Registered In The System For Award Management (sam) Site That Can Be Accessed At Https://sam.gov/content/home And Verified In The Veteran Small Business Certification (vetcert) Administered By The Small Business Administration (sba) Site That Can Be Accessed At Https://veterans.certify.sba.gov/. The Va Will Utilize Vetcert To Determine And Verify Each Interested A-e Firm S Status As A Sdvosb. Therefore, Each Interested A-e Firm Must Be Registered In Sam And Verified In Vetcert With The Applicable Naics Code Of 541330 At The Time Of The Sf 330 Submission To The Va.
project Information:
provide All Professional Architectural And Engineering (a/e) Services Necessary To Develop Complete Drawings, Specifications, Cost Estimates, Construction Schedules, Project Phasing, Investigations, Site Visits And Construction Period Services Associated With The 689-25-112 A-e Replace Underground Storage Tanks Project At The Vamc Jamaica Plain In Boston, Ma.
subcontracting Limitations:
in Accordance With Far 52.219-14: Limitations On Subcontracting, Prospective A-e Firms Must Comply With The At-issue Regulation That At Least Fifty Percent (50%) Of The Cost Of Personnel For Contract Performance Shall Be Spent For Employees Of The Concern. All Sf 330 Submissions Will Be Evaluated In Accordance With The Limitations On Subcontracting Criteria. Prospective A-e Firms Must Complete A Limitations On Subcontracting Certificate Of Compliance As Part Of The Sf 330 Submission Pursuant To Vaar 852.219-75.
each A-e Firm Shall Address How The Limitations On Subcontracting Criteria Will Be Upheld Within The Sf 330 Submission. By Providing The Limitations On Subcontracting Criteria Within The Sf 330 Submission, Each A-e Firm Will Satisfy The Requirement That Is In Accordance With The Selection Of Architects And Engineers As Implemented In Far Subpart 36.6, Vaar Subpart 836.6, And Veterans Affairs Acquisition Manual (vaam) Subpart M836.6.
selection Process:
a "short List" Of The Three (3) Most Highly Rated, Qualified A-e Firms After Initial Source Selection Will Be Chosen For Negotiations Of A Contract Award. The Government Will Not Pay Or Reimburse Any Costs Associated With Responding To This Special Notice For Qualifications Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Special Notice For Qualifications Announcement.
respondents Are Put On Notice That Three (3) Most Highly Rated, Qualified A-e Firms Chosen By The Evaluation Board Will Be Required To Submit A Fixed Price Rate Proposal. The Fixed Price Rate Proposal Will Include Labor, Overhead, Profit, And Other Costs Pertaining To This Project For Negotiation By The Contracting Officer Prior To Contract Award. The Subsequent Negotiated Agreement By Both Parties Will Be Incorporated Into The Resulting Contract.
selection Evaluation Criteria:
pursuant To Far 36.602, Each A-e Firm Will Be Evaluated On The Following Seven (7) Selection Evaluation Criteria:
â â â â â â â â â â â (1)â professional Qualifications Necessary For The Satisfactory Performance Of Required A-e Services;
â â â â â â â â â â â (2)â specialized Experience And Technical Competence In The Type Of A-e Work Required;
â â â â â â â â â â â (3)â past Performance On Contracts With Government Agencies And Private Industry;
 â (4)â geographic Location Area Of The Project And Locality Knowledge Of The Project;
â â â â â â â â â â â (5)â capacity To Accomplish The A-e Work In The Required And Allotted Amount Of Time;
(6) Construction Period Services Experience; And
(7) Subcontractor Commitment To Use Sdvosbs, Veteran-owned Small Businesses (vosbs), And Other Small Businesses (sbs).
the Seven (7) Selection Evaluation Criteria Are Further Discussed In Section H Of This Special Notice For Qualifications.
Description Of Selection Evaluation Criteria:
the Seven (7) Selection Evaluation Criteria Are Discussed Further In This Section And Are Set Forth Below.
professional Qualifications
each A-e Firm Must Submit Professional Qualifications Necessary For The Satisfactory Performance Of
required A-e Services In The Sf 330 Submission By Demonstrating The Requirements In Paragraphs (a)
through (e) In This Section.
identify The Proposed Team That Will Address The A-e Firm Along With Any Key Or Frequent Subcontractors That Will Perform Technical Tasks For The At-issue Project.
provide An Organizational Chart That Displays The Proposed Team Of The A-e Firm, Any Other Firms, And Any Key Or Frequent Subcontractors That Will Perform Technical Tasks For The At-issue Project.
provide Brief Resumes For Each Supervisor(s), Project Manager(s), And Designer(s) Of Record From The A-e Firm That Describes The Professional Qualifications Associated With This Project. All Proposed Team Members/personnel Must Possess The Minimum Education, Training, Experience, Registrations, And Certifications As Detailed In Paragraph (b) Of This Section. Each Brief Resume Should Also Feature At Least Three (3) Projects That Each Team Member/personnel Performed A Significant Role That Will Be Comparable To The At-issue Replace Underground Storage Tanks, West Haven And Newington Campuses. Brief Resumes Must Also Be Submitted For Any Frequent Subcontractor(s) That Will Perform Technical Tasks For The At-issue Project. The Three (3) Projects Used For This Professional Qualifications Section May Be The Same Three (3) Projects Requested Below In The Specialized Experience And Technical Competence Section.
proposed Team Members/personnel Shall Also Be Team Members/personnel Of The Award Team. A Substitution Of Any Team Member/personnel Must Receive Prior Written Consent Of The Contracting Officer.
provide Proof Of Jurisdictional Licensure With Either A License Or License Number For Each Designer Of Record From The A-e Firm That Will Represent The Project And/or Sign/stamp Drawings. Each Designer Of Record Must Be Licensed, Certified, Or Registered In A State Of The United States, The District Of Columbia, Or A United States Territory For A Minimum Of Three (3) Years. The Proof Of Jurisdictional Licensure With A License Or License Number May Be Included Within The Brief Resumes As Discussed In The Preceding Paragraph Of This Section.
describe The Professional Qualifications For Satisfactory Performance Of The Required A-e Services Including, But Not Limited To, The Following Areas Of Discipline:
electrical Engineering: Electrical Designers Needed To Identify Any Work Required To Be Performed By The Electrical Trade In Division 26 And 27 Of The Specifications. Work Involved Is Running Conduit And Cables For Fuel Tank Monitoring, Powering The New Fuel Tank Remote Monitor, Designing The Pathway To The Closest Telecommunications Room, Ensuring There Is A Light Near The Fuel Tank Fill Pads For Illumination, Conduit For The Alarm System Controls, And Signal Wiring.
mechanical Engineering: Mechanical Designers To Identify Any Work To Be Performed To Remove The Fuel Tanks And Install The Fuel Tanks Under Divisions231000 And Other Sections Of Division 23of The Specifications. Work Involved Is Selection Of The New Tanks, New Tank Monitoring Systems, Design Of Fuel Quality Maintenance Systems, Assistance With Registering The Fuel Tanks With The State, Design Of Fuel Quality Maintenance Systems, Assistance With Registering The Fuel Tanks With The State, Design Of Fuel Tank Manhole Enclosures With Effects Of Traffic In Consideration.
plumbing Engineering: Plumbing Designers Needed To Identify Any Work Required By Division 23 Which Deals With Piping And Valves.
civil Engineering: Civil Engineer Needed To Help Guide The Team Organizing Removals And Modifications To The Sites And Also Consider Drainage And Control Of The Site.
structural Engineering: Structural Designer Needed To Select The Ballast To Hold Down The Tanks, Consider The Design Of The Concrete Fuel Tank Pad Over The Tanks In Case They Are Driven On, Consult With The Design Of The Placement Of The Tanks From Roadways, Consider Whether Permanent Shoring System Should Be Installed To Protect The Tanks And Allow For Future Replacement Of The Tanks.
fire Protection Engineering;
architecture: Architect Designer Needed To Consider The Selection Of Materials To For The Building To Be Patched And Also Organize All Drawings And Trades.
specialty Work: Environmental Team Will Approve That There Is Either No Asbestos Or Lead Hazards Or If Found, Create A Mitigation Plan. This Same Process Goes For Removal Concerns Over Any Other Contaminants At The Sites During Tank Removals.
specialty Work, For Purposes Of This Professional Qualifications Section, Is Defined As Identifying And Documenting Asbestos-containing Materials (acm), Polychlorinated Biphenyls (pcbs), And Lead.
specialized Experience And Technical Competence
each A-e Firm Must Submit Specialized Experience And Technical Competence In The Type Of A-e Work Required In The Sf 330 Submission By Demonstrating The Requirements In Paragraphs (a) Through (c) In This Section.
provide A Detailed Narrative That Contains No More Than Three (3) Relevant A-e Design Services Projects Performed And Completed Within The Last Five (5) Years. The Three (3) A-e Design Services Projects Selected By The A-e Firm Should Best Illustrate The Relevant Team Experience Similar In The Scope And The Nature Of The Electrical Deficiencies, Phase 3 Project. Said Narrative That Comprises Of The Three (3) Most Relevant A-e Design Services Projects Should Indicate Government Experience Or Private Sector Experience On Existing Laboratory Renovations, New Laboratory Design, And/or Existing
electrical Load Center Renovations, Including Switchgear, Distribution Switchgear, And Buss Duct Replacements/upgrades, Similar In Size, Scope, And Complexity. These Three (3) Most Relevant Projects Selected By The A-e Firm For This Detailed Narrative Must Entail The A-e Firm S Ability To Successfully Execute The Requirements Identified In The Attached Statement Of Work.
include Within This Specialized Experience And Technical Competence Section Similar A-e Design Services Projects To The Replace Underground Storage Project, Which Have Been Previously Performed And Completed By The A-e Firm. Similar A-e Design Services Projects Would Constitute Any Project With The Following Performance Components:
demolishing Aging Underground Storage Tanks;
replacing Aging Underground Storage Tanks
demolishing Any Aging Underground Storage Tanks And Replace With Updated
ones
modifying Current Electrical And Mechanical Spaces In A Hospital Setting; And/or
identifying, Testing, And Removing/abating Any Hazardous Substances Within Any Area Impacted By This Project.
the Same Three (3) Projects Should Be Addressed For The Information Requested In Paragraphs (a) And (b). Therefore, No More Than Three (3) Total Projects Are Being Requested To Complete Paragraphs (a) And (b) Of This Specialized Experience And Technical Competence Section.
respondents Must Provide At Least Three (3) Similar Recent And Relevant Projects; Any Project Provided In Addition To The Three Will Not Be Evaluated As Part Of This Criteria. The Following Information Is Required For All Projects Provided Under These Criteria:
contract/task Order Number
project Title
prime Firm
start And Completion Dates
description Of The Project And How It Is Relevant To The Scope Of This Project
include Within This Specialized Experience And Technical Competence Section Any Knowledge Of Similar Projects Previously Performed And Completed By The A-e Firm In A Hospital Setting That Required The Following Components:
electrical;
mechanical
plumbing;
construction;
civil;
fire Protection; And
identification, Documentation, And Monitoring Of Acm, Pcbs, And Lead.
past Performance
each A-e Firm Must Submit Past Performance On Contracts With Government Agencies And Private Industry In The Sf 330 Submission. The A-e Firm Shall Provide And Demonstrate The Past Performance Requirements Set Forth In Paragraphs (b) And (c) Of This Section. The A-e Firm Shall Also Review The Past Performance Descriptions And Definitions In Paragraph (a) Of This Section As Well As The Factors Considered In Paragraphs (d) Through (f) Of This Section.
past Performance, Under Far 36.602, Is Described As Contracts With Government Agencies And Private Industry For Recent And Relevant Projects In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules.
recent, For Purposes Of This Special Notice For Qualifications, Is Defined As Any Contract Performance Occurring Within Five (5) Years Of The Date Of This Special Notice. Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Special Notice.
relevant, For Purposes Of This Special Notice For Qualifications, Is Defined As Past Performance Of Work On Projects That Are Similar In Scope And Complexity To The Type Of Project Anticipated Under The Resultant Contract.
provide Recent And Relevant Contractor Performance Assessment Reporting System (cpars) Data. Government Past Performance Information Systems May Be Accessed.
if No Cpars Data Is Available, Provide The Past Performance Questionnaire (ppq) That Is Attached To This Special Notice For Qualifications. The Ppq Will Be Accepted Upon Determination By The
a-e Firm That No Cpars Data Is Available Or Accessible To Provide To The Government.
cpars Data And Ppqs Do Not Count Toward The Page Limitation Of The Sf 330 Submission.
failure To Provide Requested Cpars Data Or The Completed Ppqs, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In The A-e Firm Being Considered Less Qualified By The Source Selection Evaluation Board (sseb).
provide The Following Information For Each Recent And Relevant Past Performance Contract:
contract Number And/or Task Order Number;
obligation Number/purchase Order (po) Number;
project Title;
prime Firm Name;
start Date;
completion Date; And
construction Dollar Amount.
past Performance Criterion May Also Include (i) Additional Performance Related From The A-e Firm, (ii) Customer Inquiries, (iii) Government Databases, (iv) Publicly Available Sources, And (v) Additional Projects In Cpars Other Than In Paragraph (b) Of This Section.
it Is Recommended That Each Past Performance Reference Provided To The Government Be Notified By The A-e Firm That A Contracting Officer From Network Contracting Office 1 (nco 1) Will Contact Each Past Performance Reference.
past Performance Information May Be Obtained By The Contract Specialist From Any Other Sources Available To The Government Including, But Not Limited To, The Past Performance Information Retrieval System (ppirs) Or Other Databases As Well As Interviews With Program Managers, Contracting Officers, And/or Contracting Officers Representatives.
geographic Location And Locality Knowledge
each A-e Firm Must Submit Information Relating To The General Geographical Location Area Of The Project And Locality Knowledge Of The Project In The Sf 330 Submission By Demonstrating The Requirements In Paragraphs (a) Through (c) In This Section.
provide The Name And Address Of The A-e Firm S Nearest Branch Office In Geographic Proximity To The West Haven Vamc Located In West Haven, Connecticut. The Branch Office Must Be The Location Of The Proposed Team.
provide Familiarity With The West Haven Vamc. Familiarity With The West Haven Vamc May Constitute The Following Components:
travel To And From The Location Of The West Haven Vamc;
travel Through The Surrounding Areas Of The New England Region;
climate Of The New England Region;
major Roadways Surrounding The Metropolitan Area Of West Haven, Connecticut; And
other Sufficient Transportation Methods Through West Haven, Connecticut.
The Locality Knowledge Element Of This Project Is Essential, Which May Be Affected By The Climate, Roadway Conditions, And Unforeseen Circumstances In The New England Region.
c. Provide Any A-e Design Services Projects Previously Completed By The A-e Firm For The Government Within The Past Two (2) Years At The West Haven Vamc Or In The New England Region Of Nco 1 Covering Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, And Vermont. For Each A-e Design Services Project Previously Completed Within The Past Two (2) Years At The West Haven Vamc Or In The New England Region Of Nco 1, Provide The Following Project Details:
contract Number And/or Task Order Number;
obligation Number/po Number;
project Title;
start Date; And
completion Date.
capacity
each A-e Firm Must Submit The Capacity To Accomplish The Work In The Required And Allotted Amount Of Time In The Sf 330 Submission By Demonstrating The Requirement In Paragraph (a) Of This Section. The A-e Firm Shall Also Review The Capacity Factors Considered In Paragraph (b) Of This Section.
provide The Available Capacity In The Eight (8) Required Areas Of Discipline For This Project, As Previously Denoted In Paragraph (e) Of The Professional Qualifications Section, By Furnishing Current Project Workload That Includes All Projects Awarded During The Previous Twelve (12) Months And The Full Potential Value Of Said Projects.
the Sseb Will Consider The A-e Firm S Plan And Ability To Fulfill The Schedule And Timelines Of The Overall Project. The Sseb Will Also Consider The Available Capacity Of The A-e Firm To Provide Adequate Personnel That Properly Execute The Eight (8) Key Disciplines Of The At-issue Project.
construction Period Services Experience
each A-e Firm Must Submit Information Relating To Construction Period Services Experience In The Sf 330 Submission By Demonstrating The Requirement Set Forth Below In This Section.
describe Construction Period Services Experience For Projects Similar In Scope And Complexity,
which May Include, But Is Not Limited To, The Following Aspects:
professional Field Inspections During The Construction Period;
review Of Construction Submittals And/or Requests For Information;
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.
subcontractor Commitment
each A-e Firm Must Provide A Narrative With Supporting Details As To The Commitment In Utilizing Sdvosbs, Vosbs, And Other Types Of Sbs For Subcontracting Opportunities Pursuant To Vaam M836.602-1.
as Already Indicted In Section E Of This Special Notice For Qualifications, Prospective A-e Firms Are Reminded To Complete A Limitations On Subcontracting Certificate Of Compliance As Part Of The Sf 330 Submission Pursuant To Vaar 852.219-75. Said Certification Shall Be Included In Any Resultant Contract.
questions And Comments:
all Questions And Comments In Response To This Special Notice For Qualifications Must Be Submitted In Writing Only.
oral Questions And/or Questions By Telephone Will Not Be Accepted Or Answered.
all Written Questions To This Special Notice For Qualifications Must Be Submitted To Cecilia Antwi Who Can Be Contacted At Cecilia.antwi@va.gov.
all Written Questions To This Special Notice For Qualifications Must Be Submitted By February 7, 2024.
submission Instructions:
all Sf 330 Submissions Shall Be Submitted By February 20, 2025, At 11am Est. The Sf 330 Submission Shall Include The Sf 330 Form Covering All Seven (7) Requested Selection Evaluation Criteria From Section H Of This Special Notice For Qualifications.
incomplete Sf 330 Submissions Will Not Be Considered Or Evaluated. Acceptable And Fully Completed Sf 330 Submissions Will Contain The Sf 330 Form Covering All Seven (7) Requested Selection Evaluation Criteria From Section H Of This Special Notice For Qualifications.
the Most-recent Version The Sf 330 Form Is Available At Https://www.gsa.gov/forms-library/architect-engineer-qualifications.
any Interested And Qualified A-e Firms Must Submit One (1) Electronic Copy Of The Completed Sf 330 Submission By E-mail To Cecilia.antwi@va.gov By The Deadline Designated In Paragraph (a) Of This Section (february 20, 2025).
please Indicate In The Subject Line Of The Sf 330 Submission E-mail The Following Information:
Sf 330 Submission Replace Underground Storage Tanks, West Haven And Newington.
if The File Size Exceeds 7 Megabytes (mbs), Then The A-e Firm Is Required To Send Multiple E-mails. If Multiple E-mails Are Required, Then The A-e Firm Must Indicate The Number Of E-mails That Will Be Submitted On Behalf Of The Sf 330 Submission.
Examples:
Sf 330 Submission Replace Underground Storage Tanks, West Haven And Newington E-mail 1 Of 2
Sf 330 Submission Replace Underground Storage Tanks, West Haven And Newington E-mail 2 Of 2
please Be Specific In Providing Information As Well As Responding To All Inquiries On Both (i) The Sf 330 Form And (ii) The A-e Qualification Package Covering All Seven (7) Requested Selection Evaluation Criteria From Section H Of This Special Notice For Qualifications. Do Not State Information Incorporated By Reference As This Statement Or Similar Statements Will Be Deemed Incomplete And Unacceptable By The Evaluation Board.
no Photographs Will Be Provided In The Sf 330 Submission. Photographs In The Sf 330 Submission Will Not Be Accepted. Any Photographs Will Be Discarded And Therefore, Will Not Be Considered Or Evaluated By The Evaluation Board.
the Entire Sf 330 Submission Is Limited To Fifty (50) Total Pages, Which Will Consist Of The Sf 330 Form Covering All Seven (7) Requested Selection Evaluation Criteria From Section H Of This Special Notice For Qualifications.
any Pages That Exceed The Fifty (50) Page Limitation Will Be Discarded And Therefore, Will Not Be Considered Or Evaluated By The Evaluation Board.
the Following Four (4) Items Are Exempt From The Fifty (50) Page Limitation:
cover Page;
table Of Contents;
past Performance Questionnaire; And
drawings To Support Any Portion Of The Sf 330 Submission.
sf 330 Submission Contents:
within The Response By Each Interested A-e Firm, An Acceptable And Fully Completed Sf 330 Submission Must Include All Of The Following Six (6) Items That Are Identified As Paragraphs (a) Through (f) In This Section.
cover Letter That Will Address, At A Minimum, The Following Details:
the Legal Name Of The A-e Firm With A Full Physical Address;
-if The A-e Firm Is Operating Under A Doing Business As (dba) Entity, Then This Dba Information Shall Be Included In The Cover Letter.
the Sam Unique Entity Identifier (uei) Number Of The A-e Firm;
the Response Date Of The Sf 330 Submission, Which Will Be The Date That The A-e Firm Submits The Sf 330 To The Va; And
the Notice Number, Project Name, And Project Number Of This Special Notice For Qualifications.
-notice Number: 36c241250025
-project Name: Replace Underground Storage Tanks, West Haven And Newington
-project Number: 689-25-112
sf 330 Form With Both Part I And Part Ii Of This Form Completed.
for Any Information Within The Sf Form 330 That Is Not Applicable, Please Insert N/a Or Not Applicable . Do Not Leave Any Section Blank On The Sf 330 Form.
limitations On Subcontracting Criteria As Described Under Section E Of This Special Notice For Qualifications.
a-e Qualification Package Covering All Seven (7) Requested Selection Evaluation Criteria From Section H Of This Special Notice For Qualifications.
any Sf 330 Submission That Does Not Specifically Address Each Of The Seven (7)
requested Selection Evaluation Criteria May Be Deemed Unacceptable And Removed From
consideration.
past Performance Questionnaire Under Section H, Subsection 3 [past Performance], Paragraph (b) Of This Special Notice For Qualifications.
additional Information And Attachments, If Applicable, Must Be Supporting Documentation And Properly Labeled By The Firm Within The Sf 330 Submission.
late Responses Will Be Any Sf 330 Submission Received From An A-e Firm After The Submittal Deadline (february 20, 2025, At 3 Pm Est), Which Is Also Outlined In Section J, Paragraph (a) Of This Special Notice For Qualifications. Any Sf 330 Submission Received By The Designated Va Personnel After The Submittal Deadline Will Be Deemed Late And May Not Be Considered Or Evaluated By The Evaluation Board.
additionally, Any Modification And/or Revision To The Sf 330 Submission Must Be Received By The Va Before The Submittal Deadline (february 20, 2025, Pm At 11:00am Est). Any Modification And/or Revision To The Sf 330 Submission Received By The Designated Va Personnel After The Submittal Deadline Will Be Deemed Late And May Not Be Considered Or Evaluated By The Evaluation Board. However, The Original Sf 330 Submission Will Constitute An Acceptable Submittal And Will Be Considered For Evaluation By The Evaluation Board If A Modification And/or A Revision To The Sf 330 Submission Is Received By The Va After The Submittal Deadline.
far And Vaar References:
the Far And Vaar Citations Referenced In This Special Notice For Qualifications May Be Accessed At The
following Websites:
far: Https://www.acquisition.gov/far/index.html
vaar: Https://www.va.gov/oal/library/vaar/
informational Purposes Only Attention All Sdvosb Concerns:
this Section Is For Informational Purposes Only. As Previously Denoted In Section D Of This Special Notice
for Qualifications, This Is A Total Set-aside For Sdvosbs Under Vaar 852.219-10. Pursuant To 38 United
states Code (u.s.c.) 8127(k)(2), Prior To Award Of Any Contract Under This Special Notice For
qualifications, The Sdvosb Concern Shall Certify Compliance With The Limitations On Subcontracting As
set Forth In Section E Of This Special Notice For Qualifications And Regulated Under 13 Code Of Federal
regulations (cfr) 125.6.
for A-e Purposes, The Sdvosb Concerns Mean That Your A-e Firm Will Not Pay More Than Fifty Percent
(50%) Of The Amount Paid By The Government To Other Firms That Are Not Vetcert-listed Sdvosbs As Set
forth In Vaar 852.219-10. Any Work That A Similarly Situated Vetcert-listed Subcontractor (sdvosb
concern) Further Subcontracts Will Count Towards And Contribute To The Fifty Percent (50%) Subcontract
amount That Cannot Be Exceeded. Similarly Situated" Pertains To Other Firms That Are Contracted By Your
a-e Firm. "similarly Situated" Is Identified As Other Firms That Are In The Same, Identical Socio-economic
program As Your A-e Firm (namely, The Vetcert Sdvosb Program). Other Direct Costs May Be Excluded
to The Extent That The Costs Are Not The Principal Purpose Of The Acquisition And To The Extent That Small
business Concerns Do Not Provide The Service As Set Forth In 13 Cfr 125.6.
attachments:
see Attached Document: P09_sow_689-25-112 Ust Replacements
see Attachment Document: M4 Wh Site Ust Plan
see Attachment Document: Site Ehrm Utility Boring Plan
see Attachment: 08750 Newington W-1 Site
see Attachment: Site West Haven-master -utility Plan
see Attachment: S02 Va Notice Of Limitations On Subcontracting
see Attachment: P09 Past Performance Questionnaire
see Attached Document: P09_sow_689-25-112 Ust Replacements.
see Attached Document: Site Ehrm Utility Boring Plan.
see Attached Document: 08750 Newington W-1 Site.
see Attached Document: Site West Haven-master-utility Plan.
see Attached Document: S02 Va Notice Of Limitations On Subcontracting.
see Attached Document: P09 Past Performance Questionnaire.
modification To Previous Notice
question 1: Evaluation Criterion 2 States That Offerors Must Demonstrate Relevant Experience In Laboratory Renovations, New Laboratory Design, And / Or Existing Electricalâ load Center Renovations. Is This Statement Correct, Given That The Subject Project Is For Replacement Of Underground Storage Tanks?
the Three (3) A-e Design Services Projects Selected By The A-e Firm Should Best Illustrate The Relevant Team Experience Similar In The Scope And The Nature Of The Electrical Deficiencies, Phase 3 Project. Said Narrative That Comprises Of The Three (3) Most Relevant A-e Design Services Projects Should Indicate Government Experience Or Private Sector Experience On Existing Laboratory Renovations, New Laboratory Design, And/or Existing Electrical Load Center Renovations, Including Switchgear, Distribution Switchgear, And Buss Duct Replacements/upgrades, Similar In Size, Scope, And Complexity.â
va Response: Please Show Evidence Of Experience In Replacement Of Underground Storage Tanks.
question 2: On 36c24125r0025 What Size Tanks And Types Are You Looking For?
va Response:
newington By Nearby Building Number
2w, 4000-gallon, Double Wall Frp
2e, 6000-gallon, Double Wall Frp
3, 6000-gallon, Double Wall Frp
west Haven By Nearby Building Number
38, 12000-gallon, Double Wall Frp
submission Date For Sf330 Amended: All Sf 330 Submissions Shall Be Submitted By February 20, 2025, At 11am Est.
see Attached Document: S06 Statement Of Work 689-25-112 Ust Replacements.
see Attached Document: S06 08750 Newington W-1 Site.
see Attached Document: S06 Site West Haven-master-utility Plan.
see Attached Document: S06 Past Performance Questionnairre.
see Attached Document: S06 Site Ehrm Utility Boring Plan.
see Attached Document: S06 Wh M4site Ust Plan.
Closing Date20 Feb 2025
Tender AmountRefer Documents
Rapides Parish School Board Tender
Civil And Construction...+1Building Construction
United States
Details: Advertisement - Invitation To Bid Sealed Bids Will Be Received In The Purchasing Department Of The Rapides Parish School Board Office Building, 619 Sixth Street, Alexandria, Louisiana 71301 Until 2:00 Pm, Thursday, May 15, 2025 For: Construction Of Multi-purpose Building At Ball Elementary (bid 11-25-05) After Stamping To Acknowledge Timely Receipt, The Bids Will Be Publicly Opened And Read By The Executive Committee And/or Staff Of The Rapides Parish School Board. Sole Responsibility For Proper Delivery Of Bid Is That Of The Bidder. Any Offer Received After Closing Time (2:00 Pm, Thursday, May 15, 2025) Will Be Returned Unopened. Technical Specification And Drawings: Specifications And Drawings May Be Obtained From: Ashe, Broussard, Weinzettle Architects, 301 Jackson Street, Suite 205, Alexandria, La 71301; Telephone: 318-473- 0252 Upon Deposit Of One Hundred Dollars And No/100 ($100.00) For Each Set Of Documents. The Full Deposit Of The First Set Of Hard Copy Bid Documents Is Fully Refundable To All Bona Fide Prime Contractors Submitting A Quote Upon Return Of The Documents, In Good Condition, No Later Than Ten (10) Days After Receipt Of Quotes. The Deposit Of Additional Sets Issued To Prime Contractors And For Subcontractors Is 50% Refundable After Return Of Quote Documents In Good Condition, No Later Than Ten (10) Days After Receipt Of Quotes. Documents Are Also Available In Pdf At No Charge. Specifications And Bid Forms Are Also Available At Www.centralbidding.com; Fees May Be Associated With The Use Of This Site. All Bids Must Be Accompanied By An Original Bid Security Equal To Five (5%) Of The Total Amount Bid And Must Be In The Form Of A Bid Bond Written By A Company Licensed To Do Business In The State Of Louisiana. There Will Be A Non-mandatory Pre-bid Meeting On Wednesday, May 7, 2025 At 1:00 Pm At Ball Elementary School, Front Office. Award Will Not Be Made On The Date Of The Bid Opening, But Will Be Awarded By The School Board At A Later Meeting. Subject To The Provisions Of R.s. 38:2211, Et Seq., The Rapides Parish School Board Reserves The Right To Reject Any Or All Bids For Just Cause. Each Bidder, Shall Submit With Their Bid Satisfactory Evidence That They Have Complied With The Requirements Of The La Contractor's Licensing Law, Louisiana R.s. 37:2150, Et Seq., And Are Fully Qualified To Enter Into Contract With The Rapides Parish School Board. Bid Envelopes Shall Be Marked "construction Of Multi-purpose Building At Ball Elementary– Bid # 11-25-05” And Delivered To: Purchasing Department Rapides Parish School Board 619 Sixth Street Alexandria, Louisiana 71301 By /s/ Ms. Elizabeth A. Domite, Cpa, Cgma, Clsba, Cgfo /t/ Ms. Elizabeth A. Domite, Cfo Rapides Parish School Board Publication Dates: April 16, 2025 April 23, 2025 April 30, 2025
Closing Date15 May 2025
Tender AmountRefer Documents
Government Of New Brunswick Tender
Civil And Construction...+1Civil Works Others
Canada
Details: Division02-existing Conditions Division03-concrete Division05-metals Division06-wood, Plastics, And Composites Division07-thermal And Moisture Protection Division08-openings Division09-finishes Division10-specialties Division11-equipment Division12-furnishings Division21-fire Suppression Division22-plumbing Division23-heating, Ventilating, And Air Conditioning Division25-integrated Automation Division26-electrical Division27-communication Division28-electronic Safety And Security ***documents Are Available Through The Construction Association*** New Pnb Public Health Laboratory Centre Hospitalier Universitaire Dr-georges-l.-dumont Moncton, Nb 848-ha1 By478a Bid Depository Tender Closing Date January 14, 2025. Address All Inquiries To Architects 4 Limited 18 Botsford Street, Suite 100 Moncton, Nb, E1c 4w7 506-857-8601 Site Visit Date & Time December 12, 2024 At 10:00 Am Contact Georges Cormier 506-850-9611 Pay Equity The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. The Women's Equality Branch Has Developed An Online Pay Equity Learning Module For Employers. To Complete The Module And Obtain Your Certificate Of Completion, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Effective December 1, 2022, The Crown Construction Contracts Act And Regulations Are Repealed. This Procurement Is Subject To The Procurement Act And Construction Services Regulation. Covid-19 Supplier Vaccination Policy Suppliers Must Comply With All Gnb Health And Safety Policies And Standards Including, Without Limitation, All Health And Safety Policies And Standards Related To Covid-19, As Applicable. Go To Www.gnb.ca/nbon To View The Full Policy And Faqs. All Bid Submissions Must Be Accompanied By A Security Deposit In The Amount Of Ten Percent (10%) Of The Total Bid Price. Further Details Related To Bid Bond Requirements, Contract Term And Insurance Requirements Are Listed In The Related Tender Documents. The Province Of New Brunswick Reserves The Right To Waive Minor Non-compliance Where Such Non-compliance Is Not Of A Material Nature In Its Sole And Absolute Discretion, Or To Accept Or Reject In Whole Or In Part Any Or All Bids, With Or Without Giving Notice. Such Minor Non-compliance Will Be Deemed Substantial Compliance And Capable Of Acceptance. The Province Will Be The Sole Judge Of Whether A Bid Is Accepted Or Rejected. This Procurement Is Subject To The Provisions Of The Canadian Free Trade Agreement, The Canada-european Union Comprehensive Economic And Trade Agreement, The Agreement On Government Procurement Under The World Trade Organization And The Comprehensive And Progressive Agreement For Trans-pacific Partnership. Further Details Related To Bid Bond Requirements, Contract Term And Insurance Requirements Are Listed In The Related Tender Documents.
Closing Date16 Jan 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
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
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
2041-2050 of 2158 archived Tenders