Hvac Tenders
Hvac Tenders
Bgis Pwgsc Rp1 Tender
Civil And Construction...+2Others, Building Construction
Canada
Details: The feasibility study must evaluate the implementation of universally accessible toilets that comply with the Cnb, the Csa-b651 standard and the Real Estate Management Directive. It includes the evaluation of the capacity of the toilets, the number required for each gender, as well as new accessible toilets. The report will propose options for each floor, with plans, cost estimates, and an analysis of the advantages and disadvantages. The study will also examine the capacity of the plumbing, HVAC and electrical networks, as well as the compliance of low-consumption water (watersense) equipment. If a shower is added, it must be accessible. The option of adapting drinking fountains to accessibility standards will also be considered.
Closing Date5 Feb 2025
Tender AmountNA
EllisDon Construction Services Inc Tender
Aerospace and Defence
Canada
Details: Advanced Procurement Notice Future Fighter Capabilities Project (ffcp) Cfb Cold Lake, Ab (with Security Requirements) Purpose Of This Advanced Procurement Notice This Is Not A Bid Solicitation. This Is An Advanced Procurement Notice (apn) Of Potential Contracts With Anticipated Security Requirements To Provide Interested Contractors, Suppliers, And Vendors An Opportunity To Begin The Sponsorship Request Process For Potentially Obtaining The Required Security Clearance(s) That Are Anticipated. Note That There Is No Guarantee That These Contracts Will Proceed Or That Any Security Clearance(s) Will Be Granted Under The Sponsorship Process In A Timely Fashion Or Otherwise. Description Of The Project Ellisdon Construction Services Inc. (ellisdon) As The Design Builder, Along With Its Design Partner, Stantec Have Been Contracted To Provide Design Services And Constructability Oversight To Complete The Design Of The Royal Canadian Air Force (rcaf) Infrastructure That Will Support The Future Fighter Capability Project (ffcp). The Infrastructure Will Provide Shelter And A Working Environment Capable Of Supporting The Operation And Maintenance Of A Yet To Be Determined Advanced Fighter Aircraft. Design Has Progressed Significantly With Various Tender Packages Forthcoming Tentatively To Start In Q3 2024, With Project Construction Being Conditional On The Project Receiving Approval To Proceed From Dnd. details On Upcoming Projected Tender Packages To Follow Via Amendment. Prior To This, Ellisdon Is Seeking Interested Parties Consisting Of Trade Contractors, Vendors, And Suppliers To Ensure That They Have All Necessary Security Clearances In Place Prior To This As This Is A Requirement For This Project. Description Of The Scope Of Works Project Construction Is Conditional On The Project Receiving Approval To Proceed From Dnd. Project Scope And Summary Are Noted Below. Contract Number: 71947 Title: Modified Design Build Services For Fighter Squadron Facility Building Size: Approximately 555,000 Sf Anticipated Posting Date: q3 2024 Description: construction Of A New A Fighter Squadron Facility Consisting Of Two Fully Operational tactical Fighter Squadrons (tfs) And The Operational Training Unit (otu), including But Not Limited to: Offices, Administrative Spaces, Mission Planning Rooms, Briefing / De-briefing Rooms, Meeting rooms, Classrooms, Auditorium, Speciality Training Rooms Including Simulators (sims) accommodations And Part-task Trainers Accommodations, Hangars, Maintenance Bay Facilities, specialty Aircraft Maintenance Labs, Shops And Storage, It Offices And Server Rooms, Building support Spaces, And Common Spaces. This Work Package Will Also Include The Construction Of Nearby Airfield Pavements, Apron And Taxiway Access Lane Edge Lighting, And Apron Flood Lighting consisting Of Concrete And Asphalt. Construction Of Infrastructure Will Encompass The Following Scopes Of Work. Scope Of Work, Using Masterformat Divisional Breakdown As A Reference, May Include, But Are Not Limited To: Masterformat Division Scope Of Work 01 45 00 Surveying 01 45 00 Material Testing 01 45 00 Third Party Inspection (roof, Structural, Geotechnical) 01 52 00 Temporary Facilities (trailers, Toilets, Fencing, Waste Bins) 01 54 19 Tower Cranes 01 54 23 Scaffolding 02 41 19 Selective Demolition 03 11 00 Concrete Formwork 03 15 00 Concrete Accessories 03 20 00 Reinforcing Steel 03 30 00 Concrete Supply 03 35 00 Concrete Placing & Finishing 03 45 00 Precast Specialties 04 00 00 Masonry 05 10 00 Structural Steel 05 30 00 Metal Decking 05 50 00 Miscellaneous Steel 05 70 00 Ornamental (specialized) Metals 06 20 00 Millwork / Architectural Woodwork 07 10 00 Damp Proofing & Waterproofing 07 40 00 Metal Roofing, Cladding & Siding 07 50 00 Membrane Roofing 07 80 00 Firestopping & Fireproofing 07 90 00 Caulking 08 10 00 Openings – Doors, Frames & Hardware 08 33 00 Coiling Doors & Grilles 08 34 16 Hanger Doors 08 35 00 Folding Doors & Grilles 08 36 00 Overhead Doors 08 40 00 Aluminum Entrances, Storefronts & Curtain Wall 08 80 00 Glazing 08 87 00 Window Film 09 21 16 Gypsum Board Assemblies 09 51 14 Acoustic Panels 09 60 00 Flooring 09 66 00 Tiling 09 67 00 Fluid Applied Flooring 09 69 00 Access Flooring 09 90 00 Painting 10 11 00 Visual Display Boards 10 14 00 Signage 10 22 19 Demountable Partitions 10 26 00 Wall, Corner, Door Protection 10 28 00 Bathroom Accessories & Toilet Partitions 10 51 00 Lockers 10 75 00 Flagpoles 11 30 00 Appliances 11 61 00 Theater And Stage Equipment 11 66 00 Athletic Equipment 11 81 29 Fall Arrest Systems 11 98 00 Detention Equipment 12 00 00 Furnishings 12 20 00 Window Coverings 14 20 00 Elevator & Lifts 21 00 00 Fire Suppression 22 00 00 Mechanical – Plumbing 23 00 00 Mechanical – Heating, Ventilation And Air Conditioning (hvac) 25 00 00 Integrated Automation 26 00 00 Electrical 28 10 00 Access Control 31 00 00 Earthworks 31 60 00 Piling 32 10 00 Paving 32 16 00 Sidewalk Curb & Gutter 32 31 00 Fencing 32 90 00 Landscaping 33 00 00 Utilities & Underground 34 73 00 Airfield Construction - Apron 41 22 00 Overhead Cranes 48 16 00 Geothermal Energy Project Prequalification And Anticipated Security Requirements In Order To Be Eligible To Participate In The Upcoming Project Prequalification Process, The Interested Party Will Be Required To, Among Other Things, Actively Hold All Required Security Clearance(s) At The Time Of Closing. this Will Also Be Noted in All Upcoming Solicitation Tender Documents. As Of The Date Of Posting Of This Advance Procurement Notice, The Required Security Clearance(s) Are Anticipated To Be: * for Areas Established As Security And High Security Zones - A Valid And Active Facility Security Clearance (fsc) At The Level Of Secret Granted Or Approved By The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) * For Areas Established As Public, Reception And Operations Zones - A Valid And Active Designated Organization Screening (dos) At The Level Of Reliability Granted Or Approved By The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) Industrial Security Program (isp) Sponsorship Defence Construction Canada (dcc) Is Providing Interested Parties Early Access To The Security Clearance Application Process Through Sponsorship Under Its Industrial Security Program (isp). Accordingly, Interested Parties That Are Interested In Submitting Or Participating In A Proposal/bid For These Procurements That Fall Under This Program And That Do Not Actively Hold The Above Identified Security Clearance(s) Should Begin The Security Clearance Application Process By Applying Through Dcc’s Isp. To Begin The Security Clearance Sponsorship Process, Please Submit A Sponsorship Request Application To Dcc By Following The Steps Identified On Dcc’s Website At: Https://www.dcc-cdc.gc.ca/industry/security-requirements In Their Sponsorship Request Application To Dcc, Interested Parties Are Asked To Quote The Following Information, Among Other Things: * Contract Number As Referenced Above; And * Level Of Clearance Requested To Be Sponsored For. Sponsorship Process Timeline Sponsorship Timeline Is Currently As Follows: * Thirty (30) Calendar Days Prior To Planned Tender Closing, For Designated Organization Screening (dos); And * Sixty (60) Calendar Days Prior To Planned Solicitation/tender Closing, For Facility Security Clearance (fsc) At The Level Of Secret. Questions Any Questions Pertaining To The Isp Sponsorship Process Outlined In This Advanced Procurement Notice Can Be Addressed To: Telephone: (613) 998-8974 Email Address: Isp.sponsorship@dcc-cdc.gc.ca Any Questions, Exclusive Of Security Sponsorship, Relating To This Advanced Procurement Notice Can Be Addressed To: Scott Barabash, Cet, Gsc, Cec Senior Estimator Ellisdon Construction Services Inc. 780-444-3042 Sbarabash@ellisdon.com Disclaimer Dcc Nor Ellisdon Do Not Provide Any Assurances Or Guarantees That A Sponsorship Request Package Or A Security Clearance Application Forwarded To The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) On Behalf Of A Interested Party Will Be Successful Or Result In The Granting Of The Requested Security Clearance(s) By The Csp, Pwgsc, In A Timely Fashion. At All Times, The Processing Of A Sponsorship Request Package Or A Securiy Clearance Application Is Subject To The Respective Terms, Conditions, And Timelines Of Dcc's Isp Sponsorship Process And The Csp, Pwgsc's Security Clearance Granting Process. By Applying To Either Of The Aforementioned Processess, The Interested Party Accepts And Agrees To Bear Any Risks Associated With: (i) The Completeness Or Accuracy, Or Lack Thereof, Of Its Application Or Related Documents Submitted Under Or In Connection With Either Said Processes, And (ii) The Timeliness, Or Lack Thereof, Of Any Processing Or Granting Of Security Clearance(s) Under Or In Connection With Either Said Processes.
Closing Date6 Jan 2025
Tender AmountRefer Documents
National Institutes Of Health Tender
Others
United States
Description: This Is A Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Information Provided In This Notice Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services, As Applicable. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. Points Of Contact Listed May Be Contacted For The Purpose Of Verifying Performance.
the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Business Sources; (2) Whether The Businesses Are Sba Certified Hubzone Small Businesses; Sba Certified 8(a) Small Businesses; Service- Disabled Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Large Business And (3) The Respective Businesses Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition. Your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible.
the Office Of Research Facilities (orf), The National Institutes Of Health (nih) Is Seeking Capabilities From All Categories Of Businesses For The Purpose Of Determining The Appropriate Level Of Competition And/or Small Business Subcontracting Goals For A New Requirement For An Indefinite Delivery Indefinite Quantity (idiq) Architect-engineer (ae) Multiple Award Task Order Contract (matoc) And A Blanket Purchase Agreement (bpa).
the Ae Matoc Contract Has An Anticipated Composite Value Of $400m. The Applicable North American Industry Classification System (naics) Code Is 541330 (engineering Services) And The Small Business Size Is $25.5 Million. Nih Anticipates Awarding Multiple Contracts Under The Ae Matoc For The Future Professional Architect Engineering (ae) Services, As Well As Multiple Award Blanket Purchase Agreements For Other Professional Services Of An Architectural Or Engineering Nature Or Service Incidental There To (including Studies, Investigations, Surveying And Mapping, Tests, Evaluations, Consultations, Comprehensive Planning, Program Management, Conceptual Designs, Plans And Specifications,value Engineering,constructionphase Services, Soils Engineering, Drawing Reviews, Preparation Of Operating And Maintenance Manuals And Other Related Services) That Logically Or Justifiably Require Performance By Registered Architects Or Engineers Or Their Employees. All Services Will Be Procured In Accordance With The Brooks A/e Act (public Law 92-582, As Implemented In Federal Acquisition Regulation (far) Part 36.6). All Capable Small Business Contractors Are Highly Encouraged To Respond To This Announcement, So That Nih Can Properly Evaluate Your Capabilities To Properly Develop Our Requirements.
the Bpas Have An Estimated Composite Value Of $100m. The Applicable North American Industry Classification System (naics) Code Is 541330 (engineering Services) And The Small Business Size Is $25.5 Million. Nih Anticipates Awarding Multiple Contracts Under The Bpas For Future Other Professional Services Of An Architectural Or Engineering Nature. Services Will Be Procured In Accordance With The Brooks A/e Act (public Law 92-582, As Implemented In Federal Acquisition Regulation (far) Part 36.6). All Capable Business Contractors Are Highly Encouraged To Respond To This Announcement, So That Nih Can Properly Evaluate Your Capabilities To Properly Develop Our Requirements.
background: As Part Of The U.s. Public Health Service Under The Department Of Health And Human Services, Nih Is The Federal Government's Primary Biomedical Research Agency. The Nih Office Of Research Facilities (orf) Is The Steward Of Nih Facilities And Is Responsible For The Planning, Design, Construction, Acquisition, Maintenance, And Operation Of Nih Owned Facilities, Which Includes:
1) Nih Main Campus, Bethesda, Maryland
2) Nih Animal Center, Poolesville, Maryland
3) Fort Detrick Campus, Frederick, Maryland
4) Research Triangle Park, North Carolina
5) Rocky Mountain Laboratories (rml), Hamilton, Montana
6) Epidemiology & Clinical Research Branch, Phoenix, Arizona
7) Bayview Campus, Baltimore, Maryland
8) Rental Facilities Maintained By Nih
description Of The Requirement: The Nih Anticipates Awarding Multiple Aematoc Awards Under A Single Solicitation Utilizing A Task Order Mechanism. Each Idiq Will Be Awarded For A Five (5) Year Performance Period With A Cumulative Maximum Not-to-exceed Dollar Amount Of $400m.
the Nih Also Anticipates Awarding Multiple Bpas Under A Single Solicitation Utilizing A Call Order Mechanism. Each Bpa Will Be Awarded For A Five (5) Year Performance Period With An Estimated Dollar Amount Of $100m.
the Nih Seeks Highly Qualified Credentialed Contractors With Capability To Perform The Ae Matoc And/or Bpas, Which Will Include Various Simultaneous Task Orders And/or Calls. The Selected Contractors Shall Exhibit Demonstrated Experience, Capability And Resources Enabling Them To Provide Specialized A/e Services, Commissioning Support Services, Cqm Services, And Other A/e Related Services Critical To Orf’s Success In Planning, Alteration, Renovation, And New Construction Of Nih Facilities And Associated Infrastructure For Projects Of Similar Size And Complexity With Comparable Clients, And Most Significantly With A Proven Track Record Of Performing Such Projects With A High Degree Of Customer Satisfaction.
contractors Responding To This Notice To Perform The Contract As Small Business Joint Venture Shall Use The Procedure Described At The Small Business Administration (sba) Web Site. The Sba Url Is: Https://www.sba.gov/federal-contracting/contracting-assistance-programs/joint-ventures. Responding Contractors Shall Have Current Information With The System For Award Management (sam), At Www.sam.gov, And Must Not Be Excluded From Government Contract Award At The Time Of Submission.
projects May Include, But Are Not Limited To The Following Areas:
animal Care Facilities – To Include, But Not Limited To, Facilities For Housing, Care, And Use Of Animals In Experimental Testing, Research, And Training As Related To Biomedical Research. Animals Used At Nih For Research Include But Are Not Limited To Mammals Of All Sizes, Including Primates, And Aquatic Animals.
biomedical Research Laboratory / Laboratory Facilities – To Include, But Not Limited To, General And Specialized Biomedical And Animal Research Laboratories, Laboratory Support Spaces, Laser Laboratory, And Electron Microscopes. Projects Related To Lab Facilities In This Contract Will Include General And Bio-safety Levels (bsl) -2, -3, And -4.
health Care Facilities Or Hospitals – To Include, But Not Limited To, Patient Care Units, Outpatient Clinics, Intensive Care Units, Surgical Suites With Catheterization Laboratory, Radiology, Nuclear Medicine, And Mri Suites, Pharmacy, Rehabilitation, Transfusion Medicine, Cyclotron, Radiation Oncology, Medical Gas Services, Pediatrics, And Hospital Support Services.
office / Public Space Facilities – To Include, But Not Limited To, Offices, Sensitive Compartmented Information Facilities (scif), Training Facilities, Conference Facilities (including Natcher Conference Center), Libraries (including The National Library Of Medicine), Child Development Centers, Residences And Lodging, Commercial Shops And Food Services, Wellness Centers And Gyms, Recreational Facilities, Facilities For Ancillary Services Such As Fire And Police, Parking Structures, And Exterior Improvements Such As Roadways, Sidewalks, And Landscaping.
interior And Exterior Utility Infrastructure And Utility Generation Distribution Systems - The A/e Services Include The Design Of Interior & Exterior Utility Infrastructure And Systems For Office / Public Facilities; Animal Care Facilities; Bio-medical Research Laboratories; Healthcare /hospital Facilities; And General-purpose Facilities Such As Parking Structures And Warehouses. The Utility Interior & Exterior Infrastructure And Generation & Distribution Systems Include, But Are Not Limited, To The Following:
mechanical, Electrical, And Plumbing Systems.
high Voltage Electrical
central Utility Plant (cup)
hvac Systems To Include Specialized Filtering Requirements, Supply And Exhaust Systems And Associated Controls.
steam/condensate, High Temperature Hot Water, Heating Hot Water, Chilled Water, Lab Water, High Purity Water, And Potable Water Systems.
compressed Air, Medical Gas, Lab Vacuum, And Material Gas Systems.
central Co2 Systems.
central Liquid Nitrogen Systems.
fuel Oil Systems.
storm Water And Sanitary Sewer Distribution Systems.
wastewater Treatment Systems.
electrical Substations.
landscaping Irrigation Systems.
commissioning
commissioning, Qualification, And Validation (cqv)
historical
geotechnical
elevator
physical Security
interior / Exterior Lighting
telecommunications
building Envelope
roofing
building Model Information (bim)
net Zero Emissions
this Idiq Shall Support Projects In Maryland, North Carolina, And The Montana Locations.
maryland Facilities Include:
nih Main Campus, Bethesda, Md
nih Animal Center, Poolesville, Md
fort Detrick Campus, Frederick, Md
bayview Campus, Baltimore, Maryland
rental / Leased Facilities Maintained By Nih
it Is Anticipated That A Majority Of The Facilities Under This Idiq Will Be Located On The Nih Main Campus, Bethesda, Md, Followed By The Other Surrounding Areas. Therefore, The A/e Shall Maintain An Office Within Fifty (50) Miles Of The Baltimore - Washington, Dc Metropolitan Area For The Duration Of The Idiq Contract.
research Triangle Park, North Carolina
for Projects In North Carolina, The A/e Shall Plan To Maintain Local Presence Within Fifty (50) Miles Of The Nih Research Triangle Park Campus For The Duration Of The Project.
rocky Mountain Laboratories (rml), Hamilton, Montana
for Projects In Montana, The A/e Shall Plan To Maintain Local Presence Within One Hundred (100) Miles Of The Rocky Mountain Labs Campus For The Duration Of The Project.
architect / Engineer Services
the A/e Shall Furnish All Labor, Management, Investigations, Studies, Travel, Supplies, Equipment, And Materials To Perform The Required Services. The A/e Is Responsible For Determining What Disciplines And Skill Sets Are Required For Accomplishing The Work And Form A Team Accordingly.
in General, Pre-design And Design Phase Services Will Include, But Not Limited To:
field / Site Investigations, Inclusive Of Pre-tab Investigations
planning And Coordination Drawings
building Information Modeling (bim) (only If Applicable To The Task Order)
sustainable Design
program Of Requirements (pors)
special Studies
schematic Design
design Development
construction Documents (65%)
construction Documents (95%)
construction Documents (100%)
rendered Perspectives Of Proposed Building Construction And Substantial Site Development
construction Cost Estimate(s)
construction Baseline Schedule
geotechnical Investigations
preparation Of Reports
the A/e May Be Required To Provide Construction Phase And Other Services Including, But Not Limited To:
construction Bidding And Negotiation Support
construction Inspections / Site Representation
construction Progress Meetings
requests For Information (rfis)
construction Submittal Reviews
change Order Reviews / Support
punch Lists
inspection Of Stored Items
construction Close-out Support Including As-builts; Record Documents; Non-compliance Notices; Operation And Maintenance (o&m) Manuals; Warranties; Product And Equipment Demonstrations And Training.
a/e Record Documents
commissioning Support Services
commissioning Support Services (cx) Shall Perform, But Not Limited To, The Following Tasks:
review Specifications And Drawings
review Submittals
develop Commissioning Scripts
review O & M Manuals
witness Testing Of Electrical And Mechanical Systems
construction Quality Management (cqm)
general Project Management - To Include, But Not Limited To, Provide Administration And Management Services To Assist The Contracting Officer’s Representative (cor) In The General Day-to-day Administration Of The Overall Project.
project Governance
preparation And Maintenance Of A Project Management Plan (pmp)
assist In The Implementation Of The Project Governance Structure
reviews And Document Management
monthly Reports
requests For Information (rfi)
submittals
financial Management
budget/cost Control Monitoring And Management
invoices / Application For Payment Review
change Order Control Process And Management
estimating Services
scheduling Support – Regularly Review, Analyze, And Monitor The Dbb/dbcs Performance Schedule(s), Including, But Not Limited, To The Preliminary/baseline Schedule, Critical Path Method (cpm) Construction Schedules, And Fragnets, As Required.
quality Construction Management, Reviews And Administration Assistance - Shall Include Inspections, Verifications, Details Audits And Evaluations Of Materials And Workmanship Necessary To Determine And Document The Quality Of Construction. The Cqm Contractor Shall Use Its Expertise And Knowledge Of Construction Practices, Means And Methods To Execute An Effective Quality Assurance Program.
potential Sources Shall Complete And Submit The Attached Forms:
sources Sought - Contractor Information Form
1.1 Complete The Sources Sought – Contractor Information Form
if Applicable, Interested 8(a) Small Business Firms Shall State Their Current 8(a) Certification Data With The Small Business Administration
if Applicable, Interested Hubzone Small Business Firms Responding Must Provide Proof Of Their Hubzone Certification Status.
certificate Of Insurance
1.2 Interested Firms May Include A Capability Statement As An Attachment To The Sources Sought – Contractor Information Form. Capability Statement Shall Be No Longer Than Ten (10) Pages. Potential Sources’ Experience Shall Demonstrate And Document The Following The Capability Statement:
naics Code(s)
evidence Of The Ability To Work In Occupied Space.
evidence Of The Ability To Work On Multiple Projects Simultaneously.
evidence Of The Ability To Perform The Work Described In The Sources Sought – Project Data Form Section Below.
self-performance Capability (contractor Shall Self-perform At Least 15% Of Each Task Order).
building Information Modeling (bim) Capability.
leed Capabilities.
2. Sources Sought – Project Data Form
2.1 Complete The Sources Sought – Project Data Form For No More Than Five (5) Example Projects Performed Within The Last Five (5) Years, Or In Progress, Which Best Demonstrates Your Firm’s Specialized Experience Providing A/e Services On Projects Of Similar Type, Size, And Complexity To The Nih Requirement, As Defined Below. Each Completed Sources Sought – Project Data Form Shall Not Exceed Three (3) Pages And Shall Contain At A Minimum The Following Types Of Project Experience:
one (1) Utility Infrastructure / Utility Generation /distribution System Projects
one (1) Biomedical Research Lab; And
one (1) Healthcare / Hospital Project.
[note - An Indefinite Delivery Indefinite Quantity (idiq) With Multiple Task Orders Is Not Considered A Project. Each Individual Task Order Executed Under An Idiq Contract Is Considered A Project.]
2.2 Project Experience Requirements:
type - Specialization Category/facility Types Such As:
interior & Exterior Utility Infrastructure And Utility Generation & Distribution Systems
biomedical Research Laboratory Facilities
health Care Facilities
office/public Space Facilities
animal Care Facilities
2. Complexity - Special Design/construction Considerations Such As:
physical Security Requirements
adjacencies To Occupied Space(s) Restrictions/ Limitations
limited Access Restrictions
vibration / Noise Limitations
joint Commission (for Hospitals) Requirements (i.e. Special / Interim Life Safety Measures, Construction Risk Assessments)
implementing Guiding Principles For Sustainable Federal Buildings And Leadership In Energy And Environmental Design (leed) Criteria
special Mep Features - I.e. Designed For Infectious Or Immune Compromised Areas Within A Hospital Space.
historic Preservation Requirements
storm Water Management And Erosion & Sedimentation Control
use Of Building Information Modeling (bim)
net Zero Emission Requirements
for All Patient Care Support Spaces: Compliance With The Facilities Guidelines Institute (fgi) For Healthcare Projects And Most Current Healthcare Facility “statement Of Conditions” (sco).
nih Design Requirements Manual (drm)
3. Size - Contractors Shall Have The Experience, Capability, And Resources Necessary To Perform Simultaneous/concurrent Projects Of Varying Size (between $25,000 To $20,000,000) And Complexity, As Described Above.
all Qualified Interested Firms Are Requested To Submit An Electronic Copy Of Their Completed Letter Of Interest, Qualification Statement, And Capability Statement (in One Combined Pdf Format), Via Email, To The Contracting Officers, Ms. Magan Miller At: Magan.miller@nih.gov And Ms. Ana Marie Pagulayan At: Anamarie.pagulayan@nih.gov. The Submission Shall Be Received On Or Before By 12:00 Noon, Est On Friday, January 24, 2025. The Email Subject Line Shall Read: Sources Sought 2025 Matoc Qualification Statement For Architect / Engineer Services. Inquiries Shall Be Submitted Via E-mail To Magan Miller At: Magan.miller@nih.gov And Ana Marie Pagulayan At: Anamarie.pagulayan@nih.gov. Electronic Mail Inquiries And Submissions Will Only Be Accepted.
Closing Date24 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Details: As Of 08 January 2025, Amendment 0002 Has Been Made To:provide Responses To Contractor Inquiries (see Attachment).
as Of 30 December 2024, The Following Amendments Have Been Made:1) The Size Standard Statement Has Been Removed And 2) The Project Manager (pm) Has Been Updated To Include R.a. Required.
1. Contract Information:
these Contracts Are Procured As A Small Business Set-aside. The Naics Code’s Are 541330 And 541310.
the Number One, Two And Three Ranked Small Business Firms Will Be Selected For Negotiations Based On Demonstrated Competence And Qualifications For The Required Work. The Length Of Each Indefinite Delivery Contract (idc) Is A Maximum Of 60 Months And Will Not Include Optional Time Periods. Three (3) Idc’s Will Share $49.9m Total Capacity Of The Matoc. Task Orders Will Be Issued By Negotiated Firm-fixed-price Task Orders To The Most Technically Qualified Offeror In Response To The Task Order Requirement Notification (torn) And Will Be Issued Under The Terms And Conditions Of This Matoc. The Government Guarantees A Minimum Value Of $4,000 Seed Task Order For Each Individual Idc. Labor Rates For Each Discipline, Overhead Rates, And Escalation Factors For Each 1 Year Time Period Will Be Negotiated For Each Basic Idc And Profit Will Be Negotiated For Each Task Order Not For Each Basic Idc.
work Distribution Between Idcs: Task Orders (to) Will Be Distributed According To The Experience And Qualifications Of The A-e Firms. The Specific Contractor Chosen For A To Will Be Selected Based On Factors Such As Technical Expertise, Demonstrated Performance, Specific Ability, To Size And Complexity, And Contractor Availability To Complete The To In The Time Required. We Are Going To Have The A-e Firms To Compete Amongst The Highly Qualified Selectees For This Contract. Above All, It Is The Intent Of The New York District To Not Have A “hollow” Contract.
three (3) Indefinite Delivery Contracts Will Be Negotiated That Includes Level Of Efforts, Labor Rates For Each Discipline And Overhead Rates For The Contract Period. Profit Will Be Negotiated In Each Task Order Not In The Basic Contract.
the Selected Small Business A-e Firms Will Need To Demonstrate Capability To Perform At Least 51% Of The Contract Work Listed Below In Accordance With Ep 715-1, Chapter 3-8 C Which Can Be Found At Http//www.usace.army.mil/publications/eng.pamphlets/ep715-1-7
in Particular, In Order To Be Awarded A Small Business Contract The Concern Will Perform At Least 51 Percent Of The Cost Of The Contract Incurred From Personnel With Its Own Employees.
“any Subcontractor And Outside Associates Or Consultants Required By The Contractor (prime A-e Firm) In Connection With The Services Covered By The Contract Will Limit To Individuals Or Firms That Were Specifically Identified And Agreed To During Negotiations The Contractor Shall Obtain The Contracting Officer’s Written Consent Before Making Substitutions For These Subcontractors, Associates Or Consultants”.
if A Substitution Is Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason, The Selected A-e Firm Shall Notify The Contracting Officer In Writing Within 15 Calendar Days After The Concurrences Of Any Of These Events And Provide The Following Information To The Contracting Officer:
required Information For Substitution Necessitated By Illness, Death, Or Termination Of Employment For Whatever Reason: The Contractor Shall Provide A Detailed Explanation Of The Circumstances Necessitating The Proposed Substitution, Complete Resumes For The New Proposed Substitutes, And Any Additional Information Requested By The Contracting Officer. Proposed Substitutes Should Have Comparable Qualifications Or Better Qualifications To Those Of The Persons Being Replaced. The Contracting Officer Will Notify The Contractor Within 15 Calendar Days After Receipt Of All Required Information Of The Decision On Substitutions.
approximate Award Date: June 2025
the Wages And Benefits Of Services Employees (see Far 22.10) Performing Under This Contract Must Be At Least Equal To Those Determined By The Department Of Labor Under The Service Contract Act, As Determined Relative To The Employee’s Office Location (not Of The Location Of The Work). To Be Eligible For A Contract Award, The Firm Must Be Registered In The Dod Central Contractor Registration (ccr). Registered Via The Ccr Internet Site At Http://www.ccr.gov Or By Contacting The Dod Electronic Commerce Information Center At 1-800-334-3414.
2. Project Information:
a-e Services May Include But Not Be Limited To The Following:
general Architect Engineering Services To Include Support Of The Milcon Programs, Sustainment, Restoration And Modernization (srm) Program, Iis Program And Other Non-military Construction Programs Within Nan/nad Boundaries.
architect Engineering (a-e) Services For Smaller Scale Projects Typically With A Construction Cost Of Approximately $10m Or Less To Include The Following:
construction Of New And Renovation/upgrade Of Multiple Hangar/buildings, Maintenance, Training Facilities (hands-on/simulators), Aviation Facilities, Runways And Taxiways, Aircraft Fueling Facilities/distribution, Industrial Facilities, Vehicle Maintenance Facilities, Research & Design Facilities (armament, Munitions And Communications), Munitions And Storage Facilities, Dining Facilities, Academic Labs, Barracks/dormitories, Academic Facilities, Administrative Office Buildings
antarctic/cold Region Construction.
whole And/or Partial Building Renovations Which Address Interior Re-configuration, Life/safety, Energy Conservation, And Utility Systems.
architectural Alterations Which Address New Space Requirements, Programmed Functions Such As: Maintenance, Training Facilities, Storage, Administrative Spaces, And Squad/ops.
new Building Exterior And Envelope (cold Region) Shall Follow The Architectural Compatibility Plan Defined At The Base Inclusive Of, Structural Roof Systems, Insulation And Waterproofing, Windows, And Atfp.
mechanical/electrical/plumbing (mep): Fire Suppression And Water Supply Systems, Fire Alarm And Mass Notification System, Cybersecurity, Fire Detection/protection/monitoring And Controls, Heating And Ventilation Systems, Plumbing Systems, Electrical Systems, Telecommunication And Cabling Systems, Closed Circuit Television (cctv), Alarm And Card Access Systems, And Public Address Systems.
topographic Surveys, Geological Surveys, Geotechnical Investigations, Environmental Investigations, Master Planning Studies, Value Engineering Studies, Field Investigation Studies, Construction Support Services.
asbestos And Lead Abatement Services Related To Building Renovation Or Demolition.
perform/conduct Design Charrettes Including Eco-charrettes
prepare Studies (to Include Building, Energy, Life-cycle Studies)
prepare Parametric Designs, To Include Development Of Dd Form 1391 Preparation.
site & Infrastructure/seismic Design In Accordance With The Ufc’s
development Of Design Criteria And Basis Of Design
design Work Analysis And Technical Specifications
nepa Documentation And Coordination
historic Architecture And Section 106 Consultation
preparation Of Permit Applications.
preparation Of Design/build Documents
preparation Of Arctic Foundation Designs, Building Air Tightness And Hvac Performance For Cold/arctic Regions.
preparation Of Designs Including Hemp And Scif Areas.
preparation Final Design Construction Documents
antiterrorism/force Protection Design In Accordance With Applicable Ufc’s
sustainable Design/gbi/net Zero Strategy Development
cost Estimating Using The Latest Version Mii [m2] Software.
value Engineering Studies And Cost Schedule Risk Analysis (csra).
preparation Of Deliverables In Building Information Modeling (bim) Format.
drawings In Accordance With The Architectural/engineering/construction (a/e/c) Computer-aided Standard Version (cadd)
demonstrated Construction Phase Services:
design During Construction
preparation Of Operation And Maintenance Manuals
providing Technical Assistance – Responding To Requests For Information (rfis)
design Build Conformance Reviews
shop Drawing Review – Review Of Shop Drawings And Submittals
conduct Site Visits
commissioning/enhanced Commissioning; Fit-up Design Support
project Start-up – Coordinate With Contractors To Start Up And Conduct Performance Tests Of The Constructed Project.
projects Designed Under These Contracts May Require Designers To Obtain Security Clearances As Well As Having Physical Security Measures In Place Before A Firm Can Do The Work. Security Clearances Are Not Required At The Time Of Selection Or Award Of A Contract.
3. Selection Criteria:
primary Selection Criteria:
the Selection Criteria Are Listed Below In Descending Order Of Importance (first By Major Criterion And Then By Each Sub-criterion).
criteria A Through E Are Primary Selection Criteria.
criteria F Through H Are Secondary Selection Criteria And Will Only Be Used As Tiebreakers Among Technically Equal Firms.
the Firm Is Required To Have The Following Specific Design Capabilities:
a. Specialized Experience And Technical Competence In:
submit At Least Five (5) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Building (whole And/or Partial) Renovation Design That Includes At Least Five (5) Of The Following Design Elements As A Substantial Part Of The Design (replacement Of Architectural Elements, Interior Re-configuration, Building Seismic Upgrade, Anti-terrorism/force Protection Upgrades, Mechanical Systems, Hvac Systems, Electrical Upgrades, Fire Protection/detection Systems, Exterior Envelope Upgrades Including Roof, Windows And Walls, Asbestos And Lead Abatement.). The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered.
submit At Least Three (3) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Infrastructure Type Design That Includes At Least Three (3) Of The Following Design Elements As A Substantial Part Of The Design. The Ae Shall Demonstrate Experience In Planning, Designing And Preparing 100% Construction Bid Documents. Projects May Include The Following Project Types (each Example Project Shall Represent A Different Project Type): Road/parking Replacement/repairs, Utility Infrastructure Replacement/repairs, Utility Central Plant Upgrades/repairs, And Retaining Wall Upgrades/repairs. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of At Least $5m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered.
submit At Least Two (2) Example Projects In Sf-330 Section F That Demonstrates Experience With The Following: Design Of New Facilities. The Ae Shall Demonstrate Experience In Sustainable Design Using An Integrated Design Approach And Emphasizing Environmental Stewardship, With Experience In Energy And Water Conservation And Efficiency; And Employing The Leed Evaluation And Certification Methods. The Projects Shall Demonstrate The A/e’s Ability To Execute Design Charrettes, Concept Designs, Final Designs And Prepare Final Construction Bid Documents. Projects May Include The Following Facility Types: Academic Facilities, Administrative Facilities, Barracks, Research And Development Facilities, Manufacturing Facilities, Hangers, Maintenance Facilities And Training Facilities And Training Facilities. The Ae Shall Identify The Month And Year The 100% Final Design Was Completed. The Ae Shall Identify The Month And Year The Construction Was Completed. Projects Shall Have A Construction Cost Of Approximately $10m. Construction Of The Projects Must Be Completed After January 2017. Projects Completed Before January 2017 Will Not Be Considered.
the Above Requested Projects Shall Also Demonstrate The A/e’s Abilities With All Of The Following:
- Planning And Scheduling Management Of Fast Track Designs,
- Working On Military Installation Projects,
- Prepare Cost Estimates Using Mii And Paces, (the Cost Estimator And/or The Subcontractor Should Demonstrate Familiarity With The Changing Dynamics Of The Current Construction Market In The Tri-state New York Area With Particular Emphasis On The Southern New Jersey),
- Preparing Drawings In Autocad And Autocad Revit,
- Experience In The Ability To Provide A Qa/qc Plan Indicating How The Prime Plans To Manage Their Team To Ensure That Quality Products Are Prepared. Demonstrate Ability To Produce Quality Designs. Evaluation Will Be Based On The Firm's Design Quality Management Plan (dqmp) And Will Consider The Management Approach, Coordination Of Disciplines, Management Of Subcontractors And Quality Control Procedures.
on All Ten (10) Example Projects, The Government May Consider The Following Strengths For Evaluation Purposes:
projects Demonstrating Experience Working At Military Installations Within Nan Boundaries.
projects Demonstrating Experience Working With Nydec And Njdep In Obtaining Environmental Permits.
projects Demonstrating Experience With Sustainable Design And Achieving Leed Silver Or Better.
projects Demonstrating Experience Working Mcaces Paces And Pax/dd1391.
projects Demonstrating Experience With Fast-tracked Designs.
projects Demonstrating Experience Utilizing A Design Quality Control Plan
projects Demonstrating Experience In Permitting, Real Estate Actions, Nepa Documentation, And Other Agency Coordination Tasks.
b. Qualified Registered Professional Personnel In The Following Key Disciplines:
project Manager (p.e. Or R.a. Required)
quality Assurance Manager (p.e. Or R.a. Required)
architecture (r.a. Required)
structural Engineering (p.e. Required)
civil Engineering (p.e. Required)
mechanical Engineering (p.e. Required)
electrical Engineering (p.e. Required)
fire Protection Engineering (p.e. Required)
landscape Architect (r.la. Required)
cost Engineering (p.e. Required. Those With Ccp/cpe Certification Will Be Considered A Strength)
geotechnical Engineering (p.e. Required)
certified Industrial Hygienist (cih Required)
licensed Interior Designer (ncid Required)
land Surveyor (p.l.s. Required)
anti-terrorism/force Protection Specialist (p.e. Required)
blast/explosives Safety Engineering (p.e. Required)
industrial Engineering (p.e. Required)
industrial/process Engineer (p.e. Required)
lean-six Sigma Professional
historic Preservationist
environmental Engineering (p.e. Required)
lead Commissioning Specialist (p.e And At Least One Of The Following: A Nebb Qualified Systems Commissioning Administrator (sca); Acg Certified Commissioning Authority (cxa); Icb/tabb Certified Commissioning Supervisor; Bca Certified Commissioning Professional (ccp); Aee Certified Building Commissioning Professional (cbcp); University Of Wisconsin-madison Qualified Commissioning Process Provider (qcxp); Ashrae Commissioning Process Management Professional (cpmp))
certified Value Specialist (cvs Required)
telecommunications Engineering (rccd Required)
master Planner (p.e. Or R.a. Required)
the Evaluations Will Consider Education, Training, Registration, Voluntary Certificates, Overall And Relevant Experience, And Longevity With The Firm Using Information From Section E Of The Sf 330. The Sf 330 Includes A Matrix In Section G Showing Experience Of The Proposed Lead Designers On The Projects Listed In Section F Of The Sf 330.
senior Project Personnel For Each Discipline Are Required To Be Licensed And/or Registered.
additional Disciplines May Be Submitted As Required By The Ae For This Type/size Project And Will Be Evaluated As The Above.
fire Protection Engineering: The Services And Qualifications Of Fire Protection Engineers Are Shown In Section 1.6 Of Ufc 3-600-01, And Are Reiterated Here: A Qualified Fire Protection Engineer Shall Be An Integral Part Of The Design As It Relates To Fire Protection. This Includes, But Is Not Limited To, Building Code Analysis, Life Safety Code Analysis, Design Of Automatic Detection And Suppression Systems, Water Supply Analysis, And A Multi-discipline Review Of The Entire Project. For The Purposes Of Meeting This Requirement A Qualified Fire Protection Engineer Is Defined As An Individual Meeting One Of The Following Conditions:
i.) A Registered Professional Engineer (p.e.) Having A Bachelor Of Science Or Master Of Science Degree In Fire Protection Engineering, From An Accredited University Engineering Program, Plus A Minimum Of 5 Years’ Work Experience In Fire Protection Engineering.
ii.) A Registered Professional Engineer (p.e.) Who Has Passed The National Council Of Examiners For Engineering And Surveys (ncees) Fire Protection Engineering Written
examination.
iii.) A Registered Professional Engineer (p.e.) In A Related Engineering Discipline With A Minimum Of 5 Years’ Experience, Dedicated To Fire Protection Engineering That Can Be Verified With Documentation.
the Ae And Their Subconsultants Must Be A U.s. Company(ies). The Ae’s Team Must Use Only U.s. Citizens Or U.s. Persons (an Individual Who Has Been Lawfully Admitted For Permanent Residence As Defined In 8 U.s.c. § 1101(a)(20) Or Who Is A Protected Individual As Defined By Title 8 U.s.c. § 1324b (a)(3)). The A-e’s Team Must Be Able To Obtain Visitor Registration Documents/passes To Access Any Military Base And/or Federal Facility Under This Contract.
c. Past Performance On Dod And Other Contracts With Respect To Cost Control, Quality Of Work And Compliance With Performance Schedules, As Determined From References, Other Sources And Cpars. Letters Of Recommendation From Customers Addressing Your Firm’s Cost Control, Quality Of Work And Schedule Compliance Capabilities May Be Included In Section H Of The Sf 330. Letters Should Be For Projects Of A Similar Nature And Shall Be No Older Than Three Years To Be Considered.
d. Capacity To Initiate Work And Complete Within The Time Parameters Of The Project. The Evaluation Will Consider The Availability Of An Adequate Number Of Personnel In All Key Disciplines. The Evaluation Will Review Part Ii Of The Sf330 To Evaluate The Overall Capacity Of The Team. Include A Part Ii Form Of The Sf 330 For Each Firm And Each Office Of Each Firm That Is Part Of The Proposed Team.
e. Knowledge Of The Locality In The General Geographical Area Of Ny District Boundaries. The Evaluators Will Review Projects Identified In Section F, The Specific Experience Of The Listed Key Discipline In Section E And Additional Information In Section H In Order Of Preference.
secondary Selection Criteria:
f. Geographic Proximity In Relation To Ny District Boundaries.
g. Volume Of Work Previously Awarded To The Firm By The Department Of Defense, With The Object Of Effecting An Equitable Distribution Among Qualified A/e Firms, Including Small Business, Veteran-owned Small Business, Service-disabled Small Business, Hubzone Small Business, Small Disadvantaged Small Business And Woman-owned Small Business And Minority Institutions And Firms That Have Not Had Prior Dod Contracts.
4. Submission Requirements:
interested Prime Firms Having The Capabilities To Perform These Services Must Submit Their Sf330 To Stephen Dibari By Email Stephen.dibari@usace.army.mil Maximum File Size Is 25 Mb If Overall Sf330 Is Larger Than 25 Mb, Please Break Up The File Into Smaller Separate Files.
no Hard Copies Of Sf-330’s Will Be Required. Do Not Mail Sf-330’s (cd Or Hard Copies) To The Contract Specialist Nor To Stephen Dibari At 26 Federal Plaza. Doing So, Will Delay The Ae Selection/award Process.
the Sf 330 Can Be Found By Searching For Sf330 On The Following Gsa Website: Https://www.gsa.gov/forms
the Forms Can Be Downloaded In A .pdf File Type. Total Submittal Page Limitation Is 85 Pages. Section E Is Limited To 50 Pages. Section F Is Limited To 10 Pages (1 Page Per Project). Each Page Shall Be Numbered. Section Dividers, Front And Back Covers, Cover Letter And Part Ii Of The Sf 330 Don’t Count Towards Overall Page Limit. Tabloid Size Paper 11” X 17” Pages For Organizational Chart Or Other Graphics Will Count As One Page. Submittals Not Following These Instructions, May Not Be Evaluated By The Board.
supplemental Information On The Sf 330 Is Posted On The Ny District Usace Website: Https://www.nan.usace.army.mil/business-with-us/engineering-division/
submittals Will Not Be Accepted After 2:00 Pm On The Response Date Shown In The Advertisement In The Https://sam.gov/. If The Response Date Falls On A Saturday, Sunday, Or A Federal Holiday, The Response Date Will Move To The Next Business Day.
for Questions Regarding This Contract, Contact Stephen.dibari@usace.army.mil
if A Pre-selection Meeting Is Required, Notifications Will Not Be Sent After Approval Of The Pre-selection. Notification Of All Firms Will Be Made Within Ten (10) Calendar Days After Selection Approval. In Addition To The Two (2) Items Listed Above, The Remaining Info On Release Of Information On Firm Selection Shall Be In Accordance With Uai Subpart 5.4 (usace Acquisition Instructions).
interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project.
firms Must Be Registered In The Following: Https://www.sam.gov/
naics Code’s Are 541330 And 541310.
interviews (discussions) Will Be Held With All The Most Highly Qualified Firms As Required By Far 36.602-3(c). All Firms Will Be Interviewed By The Same Method (telephone, Video Teleconference Or In Person). Firms Will Be Given Sufficient Advance Notice To Allow Representatives To Participate In The Interviews Or Presentations. All Firms Will Be Asked Similar Questions. The Questions Will Be Related To The Announced Selection Criteria Including But Not Limited To, Their Experience, Capabilities, Capacity, Organization, Management, Quality Control Procedures And Approach For This Project.
Closing Date27 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
DEPT OF THE NAVY USA Tender
Civil And Construction...+1Building Construction
United States
Details: Sources Sought For Design-bid-build,
p-1334 Child Development Center, Naval Support Activity Hampton Roads, Norfolk, Virginia
this Is A Sources Sought Notice Only. This Is Not A Request For Proposal, Request For Quote, Or Invitation For Bid. There Will Not Be A Solicitation, Specifications Or Drawings Available At This Time.
the Intent Of This Notice Is To Conduct Market Research To Determine If Sources Capable Of Satisfying This Agency’s Requirements Exist.
the Naval Facilities Engineering Systems Command, Mid-atlantic Is Seeking Eligible Small Business Firms Capable Of Performing Construction Services For P-1334 Child Development Center, Naval Support Activity Hampton Roads, Norfolk Virginia.
all Service-disabled Veteran-owned Small Businesses (sdvosb), Certified Hub-zone, Certified 8(a), Women-owned Small Businesses (wosb), And Small Businesses Are Encouraged To Respond. Upon Review Of Industry Responses To This Sources Sought Notice, The Government Will Determine Whether Set-aside Procurement In Lieu Of Full And Open Competition Is In The Government’s Best Interest. Large Business Submittals Will Not Be Considered. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Synopsis.
general Work Requirements:
the Project Will Be Prepared In One Package, Under One Contract.
p-1334 Child Development Center, Naval Support Activity Hampton Roads, Norfolk, Virginia
construct A Handicap Accessible Child Development Center (cdc) Facility, With Outdoor Playground Areas, To Support 300 Children. The Entire Facility Will Be On Ground Level. The Primary Structural System Is A Concrete Slab On Grade With Structural Piles, Using Cross-laminated Timber (clt) Roofing Members, And Interior Steel Supports. The Exterior Walls Shall Be Using Two Different Fiber Cement Siding Systems To Include Lap Siding And Panel Board And A Perforated Metal Panel Rain Screen For The Exterior Cladding Of The Building.
the Roof Shall Be Standing Seam Metal Roof System With Factory-finished Steel Gutters And Downspouts. The Building Will Have A Central Heating, Ventilation, And Air Conditioning System And Mechanical And Electrical Utilities. The Interior Shall Be Isolated From Equipment Noise And Be Provided With Sound Attenuating Wall And Ceiling Finishes.
functional Space Includes Activity Rooms Divided By Age Group For Infants, Pre-toddlers, Toddlers, And Preschool Aged Children. Administration Areas Shall Include Offices, Storage, A Staff Lounge, A Teacher Preparation Room, And A Reception Area. Support Spaces Shall Include A Kitchen With Dedicated Food Storage, A Commercial Laundry Room, Toilets, Mechanical Rooms, And Additional Spaces As Needed. The Outdoor Playground Areas Include Play Equipment, Shade Structures, And Enclosure Fences With Gates And Emergency Push-bar Latches.
in Accordance With Dfars 236.204(ii), The Magnitude Of Construction For This Project Is Between $25,000,000 And $100,000,000.
this Is A New Procurement. It Does Not Replace An Existing Contract. No Prior Contract Information Exists.
the Anticipated Award Of This Contract Is September 2025.
the North American Industry Classification System (naics) Code For This Project Is 236220. Commercial And Institutional Building Construction, With A Small Business Size Standard Of $45,000,000.
if The Resulting Solicitation Is Set Aside For Small Businesses Firms, It Will Include Far Clause 52.219-14, Limitations On Subcontracting. If Adequate Interest Is Not Received From Small Business Concerns, The Solicitation Will Be Issued As Unrestricted Without Further Notice.
interested Sources Are Invited To Respond To This Sources Sought Announcement By Using The Forms Provided Under Separate Files Titled Sources Sought Contractor Information Form (form Attached) And Project Information Form (form Attached). These Forms Are Required. Information Not Provided May Prohibit Your Firm From Consideration.
if You Are Submitting As A Mentor-protégé Joint Venture Under The 8(a) Program, You Must Provide Sba Approval Of The Mentor-protégé Agreement To Be Considered As Small For This Procurement. For More Information On The Definitions Or Requirements For These Small Business Programs Refer To Http://www.sba.gov/. Responses Must Include Identification And Verification Of The Firm’s Small Business Status.
the Following Information Shall Be Provided:
1. Contractor Information: Provide Your Firm’s Contact Information Including Unique Entity Identifier (uei) And Cage Code.
2. Type Of Business: Identify Whether Your Firm Is A Small Business, Sba Certified 8(a), Sba Certified Hubzone, Service-disabled Veteran-owned, And/or Economically Disadvantaged Women-owned Small Business, Or Women-owned Small Business Concern.
3. Bonding Capacity: Provide Your Surety’s Name, Your Maximum Bonding Capacity Per Project And Your Aggregate Maximum Bonding Capacity.
4. Construction Experience: Submit A Minimum Of Three (3) Up To A Maximum Of Five (5) Relevant Construction Projects Your Firm Has Performed To Best Demonstrate Your Experience On Relevant Projects That Are Similar In Size, Scope, And Complexity. With The Exception Of 13 Cfr 125.2(g) Below, Experience Of Proposed Subcontractors Will Not Be Considered. Furthermore, The Offeror’s Experience As A Subcontractor Will Not Be Considered.
for Each Of The Submitted Relevant Projects (a Maximum Of Five (5) Project, Ensure That The Form Is Completed In Its Entirety For Each Project And Limited To Two Pages Per Project. Ensure That The Description Of The Project Clearly Identifies Whether The Project Is New Construction Or Renovation, The Square Footage And Final Construction Cost, And Addresses How The Project Meets The Scope/complexity Requirements.
a Relevant Project Is Defined As A Construction Project Performed Under A Single Task Order Or Contract. For Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts, The Contract As A Whole Shall Not Be Submitted As A Project And Will Not Be Considered; Rather, Offerors Shall Submit The Work Performed Under A Task Order As A Project. Recent Is Defined As Having Been 100% Completed Within The Last Ten (10) Years Prior To The Sources Sought Submission Due Date. A Relevant Project Is Further Defined As:
size: A Final Construction Cost Of $25,000,000 Or Greater And A Total Square Footage Of 40,000 Or Greater.
scope: New Construction Of A One Story Commercial, Industrial, Or Institutional Building.
complexity: Relevant Projects Shall Cumulatively Demonstrate Experience With Five Of The Seven Requirements As Shown Below:
fire Protection Systems
hvac Systems
cross-laminated Timber (clt) Construction
civil Work
telecommunications
structural Support Slabs, And Design Of Structures With Excessive Soil Settlement (weak And Compressible Soils)
hazardous Material Abatement And Disposal
note: Each Project Does Not Have To Demonstrate Experience With Each Element Of Complexity, But Instead Projects Submitted As A Whole Shall Collectively Demonstrate Experience With Five Of The Seven Requirements.
note: Capability Will Only Be Satisfied On Projects That Are Considered Relevant In Terms Of Size/scope/complexity And Completed Within The Specified Time Period.
for Purposes Of Evaluating Capability, The “offeror” Is Defined As The Prime Contractor That Demonstrates Experience On Relevant Projects That Meet Size, Scope And Complexity.
in Accordance With 13 Cfr 125.2(g), Small Business Offerors May Utilize The Experience Of A Small Business First-tier Subcontractor(s) To Demonstrate Experience Under This Capability Evaluation If The Offeror Cannot Independently Satisfy The Experience Requirement As Defined Above. In Order To Utilize The Experience Of A Small Business First-tier Subcontractor(s), The Offeror Must Specifically Identify The Proposed Small Business First-tier Contractor(s) In Its Capability Package In Accordance With This Notice. The Offeror Or, If A Small Business Offeror, Its Small Business First-tier Subcontractor, Shall Have Been The Prime Contractor On All Submitted Projects. The Government Notes That 13 Cfr 125.2(g) Is Specific To Only Small Business Offerors And Named Small Business First-tier Subcontractors. As Such, The Small Business Offeror Is Not Permitted To Use The Experience Of A Large Business Subcontractor Or Large Business Corporate Affiliate In Place Of Its Own If The Small Business Offeror Cannot Independently Satisfy The Experience Requirement As Defined Above.
the Government Will Use Responses To This Sources Sought Synopsis To Make Appropriate Acquisition Decisions. The Capabilities Statement For This Sources Sought Is Not Expected To Be A Proposal, But Rather Short Statements Regarding The Company’s Ability To Demonstrate Existing-or-developed Expertise And Experience In Relation To The Areas Specified Herein. Submission Of A Capabilities Statement Is Not A Prerequisite To Any Potential Future Offerings, But Participation Will Assist The Government In Tailoring Requirements To Be Consistent With Industry Capabilities.
the Information Provided In This Notice Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services, As Applicable. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended.
responses Are Due On 30 January 2025 By 2:00 P.m. Local Time. The Submission Package Shall Only Be Submitted Electronically To Ashlee Beggs At Ashlee.r.beggs.civ@us.navy.mil And Must Be Limited To A 4mb Attachment. You Are Encouraged To Request A “read Receipt.” Responses Received After The Deadline Or Without The Required Information Will Not Be Considered.
questions Or Comments Regarding This Notice May Be Addressed By Email To Ashlee.r.beggs.civ@us.navy.mil
____________________________________________________________________
notice Of Intent (see Pdf Attachment 1 For Manufacturer Brand Names)
notification Of Brand Name Or Equal Items. In Accordance With Section 888(a) Of The National Defense Authorization Act (ndaa) For Fiscal Year 2017 (fy17) (public Law 114-328) As Implemented By Defense Acquisition Regulation Supplement (dfars) 206.302-1(c)(2), The Justification And Approval (j&a) Addressed In Federal Acquisition Regulation (far) 6.303 Is Required In Order To Use Brand Name Or Equal Descriptions In The Solicitation For P-1069, Maritime Surveillance System Facility. The Justification And Approval Are Being Prepared For The Use Of A Brand Name Or Equal Descriptions On Items In The Firm Fixed Price (ffp) Construction Contract For P-1334, Child Development Center, Naval Support Activity Hampton Roads, Norfolk, Virginia
the Plans And Specifications Indicate The Standard Of Quality, Characteristics, And Performance Requirements And A Manufacture And Model, As Appropriate And In Accordance With The Far, To Establish The Basis Of Design For Approximately 56 Items Across All Design Disciplines. For These Brand Name Or Equal Described Items, Other Manufacturers May Be Utilized During Construction So Long As The Standard Of Quality, Characteristics, And Performance Requirements Meet Or Exceed The Standard Of Quality, Characteristics, And Performance Requirements Identified In The Plans And Specifications As The Basis Of Design. See Attachment For A Complete List Of Items And Manufacturers For All Items Which Have A Brand Name Or Equal Description.
please Direct All Questions, Comments, Or Additional Information To The Contract Specialist, Ashlee Beggs At Ashlee.r.beggs.civ@us.navy.mil By 2:00 Pm Eastern Time On 30 January 2025.
this Is Not A Request For Proposal
Closing Date30 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Details: The Pre-solicitation For This Project Has Been Posted Under A New Solicitation Number. 36c24725r0071. Refer To This Solicitationn Number For Any Further Announcements Regarding This Project 619-20-103.
this Iinformation Is Being Provided For Cross Reference Purposes Only. This Action Is Considered Closed Out.
sources Sought Notice Sources Sought Notice Page 8 Of 8 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 Of 8 Sources Sought: The Central Alabama Veterans Health Care System (cavhcs) Located At 215 Perry Hill Road, Montgomery, Al 36109 Has A Requirement For A Firm Fixed Price Contract That Includes General Construction, Demolition, Modification, And Renovation Of The Existing Central Boiler Plant- (building 14). Project Description: See The Attached Statement Of Work For What This Project Includes, But It Not Limited To This Description Of The Project. This Is Not A Request For Proposal (rfp): The Purpose Of This Notice Is To Determine If There Are Qualified Sdvosb, Vosb And Small Businesses That Have The Experience For This Highly Specialized Type Of Work And If Such Firms Are Interested In This Procurement. The Sources Sought Notice Is For A Design-bid-build Project. The Naics Code Is 236220 And The Small Business Size Standard Is $45 Million. The Psc Is Z1dz. The Magnitude Of Construction Is Between $10,000,000 And $20,000,000. Interested Firms Should Indicate Their Interest No Later Than 4:00 Pm Est On 01/31/2024 Via Email To Contract Officer Margaret.yeaton@va.gov (visn 7 Network Contracting Office) The Following Information Is Required In Response To This Notice. Please Number Your Responses (1) Through (5). Your Specific Response To The Following Items Is Requested. There Is No Page Limit, However Pages Should Be Sufficient To Describe Your Firm. A Positive Statement Of Your Intention To Submit A Proposal In Response To A Solicitation For This Project And Include Your Firm S Full Name, Address, Point(s) Of Contact, Telephone Numbers And Email Addresses, Url, And Uei. Your Firm S Bonding Capability (construction Bonding Level Per Single Contract And Aggregate Construction Bonding Level, Both Expressed In Dollars Along With Your Current Available Bonding Capacity). Evidence Of Your Experience In Replacing And Installing Comparable Boiler Projects That Are Highly Specialized And Completed Within The Past Five (5) Years. Your Projects Must Be Similar In Size And Scope With A Construction Magnitude Between $10,000,000 To 50,000,000. Provide Contract Descriptions, Location, Contract Dollar Value And The Name Of The Company, Agency Or Government Entity For Which The Work Was Performed. State Your Firm S Role In The Successful Project (prime, Subcontractor, Jv Member Etc.) Include The Name, Title, Email And Phone Number Of Your Customer Point Of Contact (i.e., Cor, Contracting Officer, Program/project Manager). If Applicable, Your Firm Should Provide Proof Of A Valid Joint Venture Or Mentor-protege Agreement, By Supplying The Duns Number/uei And Names Of Respective Jv Or Mp Principals. (see Vaar 819.7003(c) For Joint Venture Agreements And Vaar 819.71 For Mentor-protege Agreements At Https://www.va.gov/oal/library/vaar/vaar819.asp Other Information That Is Useful To Show The Knowledge And Depth Of Experience Of Your Firm In Comparable Projects, Such As For Example, Your Experience With Environmental Compliance, Permitting Processes, Certifications, Any Awards, And Recognition, Your Ability To Implement Logical And Physical Security Measures And Safeguards, Accident-free Record, Etc. All Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On The Availability Of Interested Sdvosb, Vosb Or Sb Concerns. Failure To Submit All Information Requested Will Result In A Contractor Not Being Considered As An Interested Sdvosb, Vosb Or Sb Concern. If Adequate Interest Is Not Received This Action Will Not Be A Set-aside. Interested Firms Should Reply Via E-mail To Margaret.yeaton@va.gov . Firms Must Be Registered In The System For Award Management (sam). Visit Sam.gov To Register In Sam. Sdvosb Or Vosb Firms Must Be Verified In Vet Cert. Https://veterans.certify.sba.gov/ The Contracting Office Welcomes The Interest Of New Entrants To Construction Projects For Visn 7 And Especially Looks Forward To Responses Of Well-qualified Small Businesses And In Particular To The Responses Of Certified Sd/vosb Contractors. A Project Description Is Set Out Below That Will Guide You In Furnishing The Information Requested In (1) Through (5) Above. Disclaimer This Source Sought Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. In Accordance With Far 15.201(e), 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 Notice. Project Information: The Proposed Statement Of Work For This Project Is Within This Document. A. Project Description: Title Of Project: 619-20-103 - Correct Fca Deficiencies In Boiler Plant, Building 14. Project Overview: This Project Will Replace The Boiler System And Completely Renovate Building14. It Will Correct Several Fca Deficiencies Identified In The 2012, 2016, And 2021 Facility Conditions Assessment (fca). Scope Of Work: The Contractor Shall Provide All Labor, Supervision, Transportation, Materials, Cranes, And All Other Incidentals To Facilitate A Successful Construction Project. A. This Project Replaces The Boilers And Connected Piping And Equipment As Identified In The 2016 Visn 7 Facilities Condition Assessments (fca) For Central Alabama Veterans Health Care Systems-east (cavhcs-west). This Will Include The Design Of Replacement Of Boiler Plant, Which Include The Alternate Fueling System, Emergency Electrical System, Pumping System, Electrical Control System, Structural System, Replacing Windows And Refinishing Interior Painted Surfaces, And Temporary Boilers. B. This Project Shall Repair Or Replace Exterior Concrete And Brick Wall Repair, Metal Casework Replacement In Boiler Room, Roof Replacement, Deaeration Tank Replacement, Oil Water Separator Installation. Replace All Domestic Water Lines Inside Building, Restricted Access Design, Replace Sump Pump In Basement To Provide Duplex Unit, Increased Steam Tunnel Remediation Of Piping Supports And Associated Abatement, Testing, And Design. The Length Of Tunnel Remediation Included Is 240 Ft, Increased Steam Tunnel Lighting Replacement. A N+ 1 Temporary Boiler Configuration With Platforms For Boiler Personnel Use Along With A Boiler Personnel Operation Trailer. C. This Project Shall Installation, And Commissioning Of Fire Protection Sprinkler System For The Entire Building, The Electrical System, And The Boilers. These Modifications Will Not Change To The Exterior Of The Building. D. The Construction Work Does Not Require Coordination With Shpo. Applicable Codes And Standards: International Plumbing Code 2018 Edition Va Boiler Design Guides 2017 Edition International Mechanical Code 2015 Edition Ashrae Fundamentals Handbook 2015 Edition Nfpa 99 2021 Edition Va Plumbing Design Manual 2018 Edition Va Hvac Design Manual 2017 Edition Va Plumbing Design Manual 2018 Edition Existing Conditions: The Boiler Plant Is In Desperate Need Of Renovation To Include The Replacement All Major Components. The Two 400 Hp And One 150 Hp Boilers Are Beyond Their Useful Life And Require Replacement. The Building Infrastructure Needs Renovation To Comply With Present Occupancy, Workplace Use, And Safety Codes. Building 14 The Last Major Boiler Replacement Was Approximately 45 Years Ago. All Major Systems And Component Require Replacement. The Building Infrastructure Both Internally And Externally Is Crumbling And Require Significant Repair. The Physical Improvements Will Include A New Roof, Blast Resistant Storefront Windows, Energy Efficient Lights, Fresh Paint, New Flooring, Two Unisex Restrooms With Lockers And Dressing Spaces. Location Of Work: Central Alabama Veteran Health Care System, 215 Perry Hill Road Montgomery, Al 3610983 Period Of Performance: The Required Period Of Performance Will Be 915 Calendar Days From The Date Of Contract Award Or Notice To Proceed. Work Hours: The Contractor Shall Be Available During Normal Business Hours Of 8:00 Am 4:30 Pm, Monday Friday Excluding Federal Holidays. Contract Will Require Contractor To Work After Hours And On Weekends And Shall Be Coordinated With The Cor At Least 14 Business Days In Advance. Type Of Contract: This Shall Be A Firm Fixed Price Contract. General Requirements The Contractor Shall Provide The Cor With A List Of Contractor Employees Expected To Enter Facilities. While On Va Premises, All Contractor Personnel Shall Comply With The Rules, Regulations, And Procedures Governing The Conduct Of Personnel And The Operation Of The Facility. An Access Badge Will Be Given To The Contractor S Employee Upon Entrance Into Va Buildings. The Contractor Employee Must Safeguard The Access Badge And Immediately Report Any Lost, Stolen, Or Destroyed Badges To The Cor. All Contract Personnel Must Properly Display Their Access Badges. Access Badges Must Be Worn At Or Above The Waist (facing Forward.). The Contractor S Employees Must Return The Access Badge(s) To The Cor Or Designee When The Work Is Complete. It Is The Responsibility Of The Contractor S Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Shall Be Coordinated With Each Facility Cor. Cavhcs Does Not Validate Or Make Reimbursement For Parking Violations Of The Contractor S Personnel Under Any Circumstance. Government Responsibilities The Government Shall Be Responsible For Making The Building Available To Contractor During Normal Business Hours 8:00 Am - 4:30 Pm. If There Is A Need For Work To Be Done After Hours, The Government Will Plan For Contractor To Have Access To The Building. Contractor Personnel Security Requirements The Contractor Shall Be Required To Comply With All Security Policies/requirements. All Security Policies/requirements Must Be Met, And Employees Cleared Prior To The Contractor Performing Work Under This Contract. Employees That Cannot Meet The Security And Clearance Requirements Shall Not Be Allowed To Perform Work Under This Contract. Temporary Badges For All Workers Will Be Required To Access The Facilities. Coordinate With The Cor For Receipt Of The Temporary Badge. Interference To Normal Function Contractor May Be Required To Interrupt Their Work At Any Time So As Not To Interfere With The Normal Functioning Of The Facility, Including Utility Services, Fire Protection Systems, And Passage Of Facility Patients, Personnel, Equipment, And Carts. In The Event Of An Emergency, Contractor Services May Be Stopped And Rescheduled At No Additional Cost To The Government. Contractor Personnel Shall Inform The Cor Or The Designee Of The Need To Gain Access To Secured Areas. If Access Is Required To Secure Areas, Prearranged Scheduling Will Be Made With Cor Or Designee.
Closing Date31 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Details: Synopsis:
project Title:
pre-solicitation Notice For Project 657-24-111jc Renovate Ambassador Suite & Main Lobby, Building 1, Saint Louis Va Medical Center John Cochran Division, Saint Louis, Mo.
contract Information
a. This A/e Services Requirement Is Being Procured In Accordance With The Brooks Act (public Law (pl0582) And Implemented In Accordance With The Federal Acquisition Regulation (far) Subpart 36. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work.
b. This Procurement Is Restricted To Service-disabled Veteran Owned Small Business (sdvosb) Firms. This Requirement Is Being Procured In Accordance With The Vaar 836.606-73 As Implemented In Far Subpart 36.6.
c. This Is Not A Request For Proposal, And An Award Will Not Be Made With This Announcement. This Announcement Is A Request For Sf 330 S From Qualified Contractors That Meet The Professional Requirements.
d. The Selection Criteria For This Acquisition Will Be In Accordance With Far 36.602-1 And Vaar 836.602-1 And Are Listed Below In Descending Order Of Importance. The Completed Sf 330 Will Be Evaluated By The St. Louis Va Medical Center Evaluation Board In Accordance With Far 36.602-5(a) And The Selection Report Shall Serve As The Final Selection List, Which Will Be Provided Directly To The Contracting Officer. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement.
e. Award Of Any Resultant Contract Is Contingent Upon The Availability Of Funds.
f. No Solicitation Document Is Available And No Other Information Pertaining To Project Scope, Etc. Is Available At This Time. Any Request For Assistance With Submission Or Other Procedural Matters Shall Be Submitted Via Email Only To Abby.monroe2@va.gov And Arnold.payne@va.gov. Personal Visits To Discuss This Announcement Will Not Be Allowed.
g. The Naics Codes For This Procurement Is 541310 Architectural Services And Small Business Size Standard Of $12.5m. Award Of A Firm Fixed Price Contract Is Anticipated. The Anticipated Time For Completion Of Design Is Approximately 199 Calendar Days Including Time For Va Reviews. The Estimated Magnitude Of The Resulting Construction Price Range Is Estimated To Be Between $1,000,000 And $5,000,000.
h. Database Registration Information:
verification Of Status Of Apparently Successful Offeror This Acquisition Is 100% Set-aside For Qualified Service-disabled Veteran Owned Small Business Ae Firms Incompliance With Vaar 852.219-10. Only Businesses Verified And Listed In The Small Business Administration (sba) Registry Https://veterans.certify.sba.gov, Shall Be Considered.
system For Award Management (sam):
federal Acquisition Registrations Require That Federal Contractors Register In The System For Award Management (sam) Database At Www.sam.gov And Enter All Mandatory Information Into The System. Award Cannot Be Made Until The Contractor Has Registered. Offerors Are Encouraged To Ensure That They Are Registered In Sam Prior To Submitting Their Qualifications Package.
j. The Excluded Parties List System (epls):
to Ensure That The Individuals Providing Services Under The Contract Have Not Engaged In Fraud Or Abuse Regarding Sections 1128 And1128a Of The Social Security Act Regarding Federal Health Care Programs, The Contractor Is Required To Check The Excluded Parties List System (epls) Located At Www.sam.gov For Each Person Providing Services Under This Contract. Further The Contractor Is Required To Certify That All Persons Listed In The Qualifications Package Have Been Compared Against The Epls List And Are Not Listed. During The Performance Of This Contract The Contractor Is Prohibited From Using Any Individual Or Business Listed On The List Of Excluded Individuals/entities.
k. E-verify System:
companies Awarded A Contract With The Federal Government Shall Be Required To Enroll In E-verify Within 30 Days Of The Contract Award Date. They Shall Also Need To Begin Using The E-verify System To Confirm That All Of Their New Hires And Their Employees Directly Working On Federal Contracts Are Authorized To Legally Work In The United States. E-verify Is An Internet-based System That Allows An Employer, Using Information Reported On An Employee's Form I-9, To Determine The Eligibility Of That Employee To Work In The United States. There Is No Charge To Employers To Use E-verify. (far 52.222-54)
l. A/e Firms Are Required To Respond If Interested By Submitting One (1) Completed Standard Form 330 Qualification Package Parts I And Ii To Include All Consultants (form Available On-line At: Https://www.gsa.gov/system/files/sf330-21.pdf). Must Include In Part I Section H An Organizational Chart Of The Firm (excludes Consultants) And A Design Quality Management Plan. Submission Information Incorporated By Reference Is Not Allowed. All Submissions Shall Be Made Electronically.
m. Completed Package Shall Be Delivered Electronically On Or Before 1/17/2025 At 3:00pm Central Standard Time To The Nco 15 Contracting Office, Attn: Arnold Payne, Contracting Officer @ Arnold.payne@va.gov And Abby Monroe, Contract Specialist @ Abby.monroe2@va.gov.
project Information
the Mission Of The Veterans Affairs Saint Louis Health Care System (vastlhcs) Is To Provide The Highest Quality Health Care To Our Nation S Veterans. In Order To Accomplish This Mission, Vastlhcs Facility Engineering Service (fes) Intends To Partner With An A/e Firm On A Project To 657-24-111jc Renovate Ambassador Suite & Main Lobby, Building 1, John Cochran Division, St. Louis, Mo 63106. Project Will Renovate An Ambassador Entrance, Entrance Corridor, And The Ambassador Suite To Improve Patient And Ada Access To The Building, Fix Moisture And Leaking Issues With The Existing Skylight, Update Finishes, Improve Patient Circulation, And Optimize Space For The Existing Functions Operating In The Area As Well As Correct Hvac And Electrical Deficiencies, And Other Facilities Conditions Assessment Deficiencies Located Within The Area. The Main Entrance Of Bldg. 1 Will Be Updated To Facilitate Visitor Traffic Flow And Experience. The Existing Revolving Door Will Be Replaced With An Airlock Of Sliding And Swinging Doors With Automatic Controls.
supplement B
scope Of Work:
a/e Services Are Required For Schematics, Design Development, Construction Documents, Construction Cost Estimate And Construction Period Services For Project Number 657-24-111jc Renovate Ambassador Suite & Main Lobby, Building 1. This Delivery Order Shall Cover The Following Tasks.
a/e Part Two Services Of This Design Project (also Known As Construction Period Services) Includes Responding To Construction Contractor Requests For Information (rfis) During The Solicitation And Construction Phases Of The Construction Project, Attendance At Pre-bid, Post-award And Commissioning Kick Off Construction Project Conferences, Review Of Construction Material Submittals And Shop Drawings, Approximately 5 Site Visits During Construction To Ensure Compliance With The Design Drawings And Specifications, Preparation Of Site Visit Reports, Coordination With Project Commissioning Requirements, Review Of Any Construction Project Modifications For Cost And Technical Acceptability, Attendance In The Final Acceptance Inspection, Preparation Of The Punch List And Preparation Of Record Drawings Of The Completed Construction Project Based On The Construction Contractor S As-built Drawings. The A/e Shall Prepare A Submittal Log To Be Utilized By The Va During Construction Period Services, Maintain Rfi Log And Provide Meeting Minutes For Weekly Construction Meetings Throughout The Duration Of Construction. The A/e Shall Hire A Third-party Commissioning Agent To Commission All Installed Equipment.
the Above Paragraphs Constitute A Basic Outline Of The Work To Be Accomplished And In No Way Comprises All The Details For Design Of This Project. The A/e Shall Initiate Detailed Inspection Of The Project Site To Determine The Needs And Conditions For The Design Of This Project.
the A/e Shall Be Solely Responsible For The Management, Including All Associated Labor, Equipment, Materials, Mailing Costs, And Inspection, To Meet The Requirements Of The Design Project. The A/e Shall Further Provide Meeting Minutes For All Meetings Held Under This Design Project.
general Statement
a/e Part One Services (also Known As Design Phase) For This Design Project Includes Site Visit, Field Investigation, Conduct Of Studies And User Interviews To Update Drawings, Specifications And Cost Estimates For All Facets Of Work And Disciplines/trades To Facilitate A Construction Project. This Project Will Renovate Ambassador Suite & Main Lobby, Building 1
2. Design Development:
the A/e Firm Shall:
a. Meet With Facilities, And Other Personnel Prior To Start Of Design To Determine Detailed Requirements Of Work Involved.
b. Work From Existing Building And Site Drawings Furnished By The Va To Develop Project Design. (these Are To Be Used Only As Guidelines);
c. Perform Any Necessary On-site Field Investigations To Accomplish Work And To Verify Drawings Provided By The Va;
d. Prepare Rough Sketches, If Necessary, To Solve Possible Problems In Design Throughout The Contract; And
e. Follow Va Program Guide Pg-08-15 Volume C, And Other Applicable Guidelines To Design The Project.
3. Evaluation Factors:
selection Criteria Are In Accordance With Federal Acquisition Regulation (far) Part 36.602-5 And Va Acquisition Regulation (vaar) Part 836.602-1.â Prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf330 Packages Using Additional Pages As Necessary.â Sf 330 Submissions Including Any Additional Pages Are Not To Exceed Fifty (50) Pages. Each Page Cannot Exceed 81/2 X 11 In Size.
qualifications (sf330) Submitted By Each Firm For Project Number: 657-24-111jc Renovate Ambassador Suite & Main Lobby, Building 1 Va Medical Center Saint Louis John Cochran Division Will Be Reviewed And Evaluated Based On The Following Evaluation Criteria Listed Below In Descending Order Of Importance:
1. Professional Qualifications: The Qualifications Of The Individuals Which Will Be Used For These Services Will Be Examined For Experience And Education And Their Record Of Working Together As A Team. A/e Firms Shall Have Licensed Professional Architects And Engineers Currently Registered In The State Of Missouri Or In A State Of Which Missouri Has Recognized The Engineering License. The Specific Disciplines Which Will Be Evaluated Are Architects, Civil Engineer, Mechanical Engineers, Electrical Engineers, Structural Engineers, Industrial Hygienists, Estimators, Cad Operators, Project Managers, Leed Consultant, Fire Protection Engineer, And Interior Designer.
2. Specialized Experience And Technical Competence: Provide Detailed Project Information On Any Projects (that Are Complete - Design And Construction) The Proposed Team Has Worked Together On In The Last Five (5) Years. Special Emphasis Will Be Given To Any Medical Facility Related Projects. If The Entire Team Has Not Worked Together Previously, Provide Detailed Project Information That Each Of The Team Members Have Worked On In The Last Three (3) Years With Special Emphasis On Medical Facility Projects. The Project Information Should Include Project Titles, A Short Scope Of Work, Date Of Design Completion, Date Of Construction Completion, Firms Involved, Etc. The A/e Shall Also Describe If They Have Any Experience Completing A Design That Was Started By Another A/e Firm. Provide The Project Title, Scope Of Work, Date Of Design Start For This Team, Percentage Of Design When Accepted By Team And Completion Of Design.
3. Capacity To Accomplish The Work. The General Workload And Staffing Capacity Of The Design Offices Which Will Be Responsible For The Majority Of The Design And The Ability To Accomplish The Work In The Required Time Will Be Evaluated.
4. Past Performance: Nco 15 Will Evaluate Past Performance On Recent And Relevant Contracts With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Construction Cost Estimating, Cost Control, Quality Of Work, Compliance With Performance Schedules And A Record Of Significant Claims Against The Firm Due To Improper Or Incomplete Engineering Services (references Required). Project Past Performances That Are Older Than 3 Years Will Receive A Lesser Score Than Those References For Projects Accomplished Within The Past 3 Years.
5. Location Of Design Firm: The Geographic Proximity Of Each Firm To The Location Of The Va Medical Center Will Be Evaluated. The Firm Must Be Capable Of Issuing Stamp Drawings In The State Where The Work Is Performed.â The Medical Center Is Located At Saint Louis, Va Medical Center, Saint Louis Missouri 63106.
6. Claims And Terminations: Provide Documentation Of Significant Claims Against The Firm Or Terminated Contracts Because Of Improper Or Incomplete Architectural And Engineering Services. Provide A Detailed Narrative Of Relevant Projects Within The Last 5 Years That Have Claims Against The Organization Or Have Been Terminated By The Owner. Include The Circumstances, Cost, And Schedule Impacts To Involved Parties, And Outcomes Of The Claims And/or Terminations. They Will Be Examined.
Closing Date17 Jan 2025
Tender AmountRefer Documents
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Amendment 0001 - The Due Date For Qualifications Has Been Extended To Monday, January 13, 2025, 2:00pm Est. Government Responses To Rfi's Have Been Attached To This Notice.
description:
this Is A Request For Qualifications For Architect And Engineering (a&e) Services. This Request Is 100% Set-aside For Small Business’s Registered Under The Applicable Naics Code 541330 – Engineering Services, With A Size Standard Of $25,500,000.
the National Institute Of Standards And Technology (nist), An Agency Of The U.s., Department Of Commerce, Intends To Award Multiple Indefinite Delivery Indefinite Quantity (idiq) Contract(s) For General Architectural And Engineering (a/e) Services For The Nist Gaithersburg Campus Located At 100 Bureau Drive, Gaithersburg, Md 20899. A/e Services Under The Contract May Include The Following:
evaluation And Feasibility Studies To Include Engineering Modeling And Simulation
demolition Of Nist Structures, Utilities, And Infrastructure
repair And/or Repair By Replacement, Modification/reconfiguration, Building Additions, And Upgrades To Nist Facilities (e.g., Laboratories/scientific Research, Office, Industrial). Including But Not Limited To Architectural, Mechanical, Electrical, Communications, Structural, Fire Protection, And Building Enclosure (e.g., Roofs, Windows, Foundations).
repair And/or Repair By Replacement, Modification/reconfiguration For Campus Utility Systems And Supporting Underground Structures
comprehensive Historical Assessments For The Preservation, Rehabilitation, And Restoration Of Historic Property
interior Design Services Consisting Of Programming And Space Assessment, Fit Plans, And Office Furniture To Enhance Aesthetics, Comfort, Efficiency, And Workplace Safety.
cost Estimating For Different Levels (e.g., Concept, Detailed Program, Project)
life Cycle Cost Analysis Identifying Cost Elements From Initial Concept Through Operations, Support, And Disposal.
hazardous Material Survey And Risk Assessment (e.g., Asbestos, Mold, Lead Paint)
roofing And Waterproofing Services Such As Visual Inspections And Existing Conditions Surveys, Failure Investigation, And Design For Repairs.
commissioning Design Including Assistance Of Development Owner’s Project Requirements (opr), Design Document Reviews, Development Of Commissioning Specifications And Or Initial Commissioning Plan
program Of Requirements (por) Development By Meeting With Campus Personnel And Confirming Design Intent For Building And/or Major Systems (e.g., Mechanical, Electrical, Plumbing, Structural, Controls, Security, Fire Alarm, Etc.)
value Engineering Analysis To Achieve Design Goals While Lowering Life Cycle Costs And Maintaining The Required Performance, Quality, Reliability, And Maintainability.
record Drawings Development From Compiled As-built Set.
surveying (e.g., Alta/ascm, Boundary, Topographic, Construction, Site Planning)
roads/sidewalks Repairs And Replacement
evaluation Of Items Requiring Earthwork Such As Excavation, Grading, Ponds, Drainage, Foundation, And Footings
landscaping Design
gates, Fencing, And Related Engineering Necessary To Support A Campus Environment
permit Applications Submission To Regulatory Authorities Based On Specific Project Requirements. To Be Coordinated With Cor And Or Ahj For Acceptance And Or Approval
environmental Compliance (state Or Federal) Conforming To Laws, Regulations, Standards, And Other Requirements
construction Quality Management To Include But Not Limited To Commissioning Services
contract Information:
the Period Of Performance Of The Idiq Contract(s) Shall Be Five (5) Years. Annual Fully Burdened Labor Rates Will Be Negotiated Prior To Award. All Services Will Be Ordered Via The Issuance Of Individually Negotiated Firm-fixed-price Or Notto-exceed Task Orders, Ranging In Value From $10,000 And $2,000,000. Each Idiq Contract Shall Include A Guaranteed Minimum Order Of $5,000. The Cumulative Amount Of All Task Orders Shall Not Exceed $9,800,000.
the Government Anticipates Award Of Three (3) Or More Idiq Contracts; However, The Actual Number Of Awards Shall Be Made At The Discretion Of The Government.
submission Requirements:
consideration Will Be Limited To Professional A/e Firms Licensed And Registered In Maryland Who Provide A/e Services Primarily In The Disciplines Of Architectural, Civil, Structural, Mechanical, Electrical, And Environmental Engineering For Pre-design, Design, And Post-design Of Research Laboratory Facilities.
firms Meeting The Above Requirements And Desiring Consideration Must Submit Their Qualifications By No Later Than The Date Specified In This Announcement Via Email To The Following Addresses Using The Email Subject Line “rfq Submission – General Ae Services Idiq Nb195000-25-00009”:
Trent.stevens@nist.gov
Guzel.gufranova@nist.gov
Teresa.harris@nist.gov
qualification Submissions Shall Include One (1) Original Electronic Copy In Adobe .pdf Format Of Their Standard Form 330 (sf-330) With Appropriate Data. Ae Firms Shall Include All Subcontractor's Resumes In Part 1 Of The Sf-330. Part 2 Of The Sf-330, General Qualifications, Should Also Be Submitted For Each Subcontractor Or Consultant. Indicate The Solicitation Number On All Documentation Submitted.
along With The Sf-330, Offerors Shall Include:
a Copy Of Your Current Registration In System For Award Management (sam);
proof Of Small Business Status;
a Cover Page That Provides:
offeror’s Name And Address;
offeror’s Uei Number; And,
the Name, Title, Email, And Phone Number For The Authorized Representative Of The Offeror.
submissions Will Be Evaluated By A Source Selection Evaluation Board (sseb) And Ranked Based On The Stated Evaluation Factors. The Government Will Then Establish A Competitive Range; Firms That Fall Within This Range Will Be Invited To Present Their Capabilities To The Sseb. Formal Solicitations Requesting Fee Proposals Will Be Issued To The Highest Qualified Firms As Determined By The Government.
request For Information (rfi)
questions And Rfi's Must Be Submitted No Later Than 1:00pm Et On 12/10/2024 Via Email To The Following Addresses Using The Subject Line “rfi - General Ae Services Idiq Nb195000-25-00009” :
Trent.stevens@nist.gov
Guzel.gufranova@nist.gov.
the Contracting Officer Will Post Government Responses To Rfi’s On This Site As An Amendment To This Announcement. Firms Are Responsible For Monitoring This Site For Amendments To The Request For Qualifications.
selection Criteria:
all Work Performed Shall Be Under The Direct Control And Supervision Of A Professional And Experience Licensed Architect/engineer Employed By The Prime Contractor Assigned As The Responsible Party.
part I: Evaluation Of Sf-330
prospective A-e Firms Will Be Evaluated Based On Their Demonstrated Competence And Qualifications For The Type Of Professional Services Required. The Agency Will Evaluate Each Potential A-e Firm In Terms Of This Announcement. The Selection Criteria Are Listed Below In Descending Order Of Importance:
factor 1: Specialized Experience
page Limit – 15 Pages
firms Who Fail To Meet The Qualifications Of Factor 1 Will Not Be Evaluated On Subsequent Evaluation Factors And Will Not Be Considered For Award.
offeror Shall Demonstrate The Specialized Experience And Technical Competence Of Its Firm And Its Proposed Subcontractors Performing A/e Services Meeting The Criteria Of This Solicitation Within The Past Sixty (60) Months By Providing At Least 3 But No More Than 5 Example Projects (sections F, G, And H Of The Sf330) Addressing Each Of The Subfactors Listed Below (1a, 1b, 1c, And 1d). Offeror Shall Provide At Least One Example For Subfactor 1d. All Designs Shall Be Completed At Time Of Request For Qualifications (rfq). For The Purposes Of This Evaluations, “completed” Projects Shall Mean Projects Where Final Work Was Submitted, Approved, And Accepted By The Project Owner.
A. The Offeror Shall Describe Design For Renovations With Dates That Include Commercial Window Replacements, Masonry Repairs, And Roofing Repairs. Roofing Designs Are For Replacement Of An Existing Roofing System And Would Include Design And Specifications For New Built-up Roofs (at Least Three Ply) Of At Least 20,000 Sf Minimum, Including Drains, Coping And Flashing. Built Up Roofing Can Either Be Hot Or Cold Applied.
B. The Offeror Shall Also Describe With Dates Laboratory Design For Renovations Of At Least 2,000 Sf Which Include Replacement Or New Fume Hood Installation Of A Fume Hood At Least Four Feet In Width, New Laboratory Grade Casework, New Seamless Flooring, And Plumbing That Includes Either Eye Wash Station Or Safety Showers. Laboratories Shall Be For Commercial Facilities, Federal And State Facilities, Hospitals, And College/universities. High School And Lower School Grade Laboratories Will Not Be Considered.
C. The Offeror Shall Describe With Dates Designs That Include Laboratory Facility Mechanical, Plumbing, And Electrical Renovations, Upgrades And Alterations That Include Major Utility Systems, Facility Construction And Reconfiguration, Branch Circuits Of At Least 50 Amperes At 208v Or 480v, 3 Phase Power For Installation Of Specialized Scientific Tools, Equipment And Instrumentation (provide Amperage, Phases, And Voltages In Offer). The Contractor Shall Describe Distribution Of Manifold Specialty Gasses Utilizing At Least One Of The Following (nitrogen, Helium, Compressed Air, Or A Custom Blend) Within The Lab (note Which Gas Was In Manifold).
D. The Offeror Shall Describe, With Dates, Life Safety And Code Compliance Of The Following: Ibc And Nfpa Analyses, Access And Egress Analyses, Fire Alarm Systems And Device Designs, Nfpa 13 Fire Suppression System Modification Calculations And New Installations, And Hazardous Detection Systems (radiological Or Toxic Gas Monitoring Systems). Note Which Detection System (radiological Or Toxic Gas Monitoring System) Is Being Referenced.
factor 2: Professional Qualifications
page Limit – 17 Pages
the Offeror Shall Demonstrate The Technical Expertise And Professional Qualifications Of Its Proposed Team, Including Subcontractors And Consultants, To Perform The Required A/e Services By Providing Résumés (section E Of The Sf330) For All Of The Following Disciplines:
principle
senior Architect
senior Cost Estimator
senior Civil Engineer
senior Electrical Engineer
senior Fire Protection Engineer
senior Geo-technical Engineer
senior Laboratory Planner
mechanical Engineer (piping)
senior Mechanical Engineer (piping)
senior Mechanical Engineer (hvac)
senior Environmental Engineer
senior Scheduler
senior Surveyor
senior Water Proofing Engineer
senior Structural Engineer
2. Senior Positions Of Each Discipline Shall Have A Minimum Of Ten (10) Years Applicable Experience And Shall Be Licensed And/or Certified In Their Applicable Discipline.
3. The Offeror Shall Identify The Roles Of Its Key Personnel By Provide Resumes/sf 330s For Its Proposed Key Personnel That Include Credentials, Education, Registrations, Relevant Experience, And Their Role In Performing Requirements Outlined In Factor 1.
4. The Offeror Shall Submit An Organizational Chart Showing The Interrelations Of The Proposed Team Including All Subcontractors And Consultants.
factor 3: Geographical Location
page Limit – 1
offeror Shall Be Within 50 Miles Of The Nist Main Campus In Gaithersburg, Md. Nist Address Is 100 Bureau Drive, Gaithersburg, Md 20899. Offeror Shall Demonstrate This Distance By Submitting Information (driving) Via An Internet Mapping Program. The Driving Shall Begin At The Offeror’s Office To Nist.
factor 4: Capacity
page Limit – 2 Pages
the Offeror Shall Describe Their Team, Including Subcontractors, Capability To Complete Simultaneous Tasks Within The Required Timeframe Based On Current And Planned Workload And Expected Backlog.
the Offeror Shall Confirm That There Is Sufficient Capacity Within The Firm, Or That Additional Professional Capacity Can Be Increased As Needed In A Timely Manner To Deliver Projects That Meet The Government’s Specialized Requirements.
factor 5: Past Performance
page Limit – None
offeror Shall Provide Past Performance Information For The Relevant Projects Identified In Their Factor 1 – Specialized Experience Submission In The Form Of Either A Contractor Performance Assessment Reporting System (cpars) Report Or The Provided Past Performance Questionnaires (ppqs).
if The Project Was Completed For The Federal Government, The Offeror Shall Provide A Copy Of The Most Recently Completed Contractor Performance Assessment Reporting System (cpars) Report.
if No Cpars Is Available, Offeror Shall Use The Provided Past Performance Questionnaire (ppq). Ppqs Shall Be Completed And Signed By The Customer Identified In The Relevant Project. Limit Of One Ppq Per Project.
if An Offeror Submits Incomplete Past Performance Or Fails To Submit Any Past Performance Information, The Government May Evaluate Past Performance Based On The Information Obtained Concerning The Offerors’ Performance Relevant To Services Similar In Scope, Complexity, And Size For The Prime Contractor. Additionally, The Following Resources Will Be Used For Evaluation:
contractor Performance Assessment Reporting Systems (cpars), Or Similar Systems Of Other Government Departments And Agencies,
interviews Within Nist If Offeror Holds/held Previous Contracts,
interviews With Program Managers And Contracting Officers, And;
other Sources Known To The Government, Including Commercial Sources.
in The Case Of An Offeror Without A Cpars Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available, The Offeror Shall Be Rated Neither Favorably Nor Unfavorably.
part Ii: Oral Presentations
in Accordance With Far 36.602-3, The Government Will Hold Discussions With At Least Three Of The Most Highly Qualified Firms (firms Within The Competitive Range). More Details Related To The Presentations Will Be Provide To The Firms That Are Selected To Move Forward.
fee Proposal
only Those Firms Selected For Award Will Be Invited To Provide A Fee Proposal. Firms Shall Submit Along With Their Fee Proposal A Copy Of Audited Overhead Rate Statement Prepared In Accordance With The Federal Acquisition Regulation (far), Part 31 For The Prime And Their Sub-consultants. The Audit Must Be From A Federal, State, Local Government Or An Independent Third-party Auditor In Accordance With Far 31. Audit Conducted In Accordance With Generally Accepted Accounting Principles (gaap) Will Not Be Accepted.
Closing Date13 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Building Construction
United States
Details: Presolicitation Notice This Is A Pre-solicitation Notice, This Not A Request For Proposals. This Is A Request For Sf-330 Architect/engineer Qualification Packages Only. All Information Needed To Submit Sf330 Documents Is Contained Herein. No Solicitation Packages Or Technical Information Will Be Issued In This Phase. Site Visits Will Not Be Arranged During This Phase. Architect/engineering (a/e) Design Services Project: 521-25-104 | Remove Abandoned Equipment From Sub-basement And Mechanical Rooms Project Location: Birmingham Va Medical Center, 700 19th Street South, Birmingham, Al., 35233 Period Of Performance: 160 Days. Estimated Magnitude Of Construction: Between $1,000,000 And $2,000,000. Naics: 541330 Engineering Services. Size Standard: $25.5 Million. Set-aside: 100% Service-disabled Veteran Owned Small Business (sdvosb). The Department Of Veteran Affairs Network 7 Contracting Office Is Seeking Qualified Architect-engineering (ae) Firms To Submit Standard Form 330 (sf 330) Architect/engineering Statement Of Qualifications For Project # 521-25-104 | Remove Abandoned Equipment From Sub-basement And Mechanical Rooms | Birmingham Va Medical Center Facilities In Network 7 (state Of Alabama). Firms Submitting Qualification Packages Must Be Fully Licensed To Perform Designs As A Registered Professional Ae Firm In The United States To Be Considered For This Opportunity. Also, See Geographic Location Restriction In Paragraph 5 Of This Notice. Network Contracting Office (nco) 7 Va Facility Locations Include: Birmingham Va Medical Center, 700 19th Street South, Birmingham, Al., 35233. This Acquisition Is 100% Set-aside For Small Disabled Veteran-owned Small Business (sdvosb). Prospective Contractors Are Cautioned That Proposal Submitted In Response To This Solicitation Must Meet The Criteria Identified By 38cfr, Part 74. The Sdvosb Concern Agrees That In The Performance Of The Contract, The Concern Will Comply With The Limitation On Subcontracting Requirements In Accordance With Vaar Clause 852-219-73 (jan 2023) (deviation), Va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses. 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 Vetcert (veterans.certify.sba.gov) And Registered In The System For Award Management (sam) Database (www.sam.gov) At Time Of Submission Of Their Qualification And Reporting To Vets - 4212 Federal Contractor Reporting In Accordance With Far 52.222-37, Employment Reports On Veterans At The Following Website: Dol.gov/agencies/vets/programs/vets4212. Failure Of A Prospective Sdvosb To Be Verified By The Veteran Small Business Certification 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 13 Cfr 125.15 Prior To Contract Award. Contract Overview A Firm Fixed Price A/e Design Service Contract Is Contemplated For Project 521-25-104 | Remove Abandoned Equipment From Sub-basement And Mechanical Rooms. The Estimated Magnitude Of Construction For This Project Is Between $1,000,000 And $2,000,000. The Estimated/target Design Completion Period Is 160 Calendar Days After Issuance Of Notice To Proceed. The Naics Code For This Acquisition Is 541330, Engineering Services With A Size Standard Of $25.5 Million. Project Scope: The A/e Team, Including Architects, Engineers, Surveyors, And Professional Consultants Shall Provide Complete Design Services For The Development Of Specifications And Drawings For Project 521-25-104 Remove Abandoned Equipment From Sub-basement And Mechanical Rooms. This Project Is To Remove Abandoned Pieces Of Equipment Such As Heat Exchangers, Air Dryers, Pumps, Etc. And All Associated Piping From Sub-basement And Mechanical Rooms Throughout The Facility. This Project Will Additionally Remove Abandoned Electrical Feeders And Concrete Pads. Work May Include, But Is Not Limited To, Architectural, Electrical, Hvac, Fire Protection And Plumbing. Systems Impacted May Include Fire Alarm, Security Access Systems, And Med Gas. Due To The Requirement For Site Visits And Coordination On Design Reviews, A/e Firms Will Be Required To Attend Various Meetings In Person On Site At Birmingham, Al Vamc Facilities. Due To This Requirement, The Area For Consideration For This Acquisition Is Restricted To A/e Firms With An Operating Office Located Within 400 Miles Of Birmingham Va Medical Center, 700 19th Street South, Birmingham, Al., 35233. Eligible Prime Contractor Firms Must Have A Main And/or Branch Office Geographically Located Within The 400-mile Driving Distance. Determination Of Mileage Eligibility Will Be Based On Upon Www.google.com/maps. Selection Criteria. The A/e Source Selection Team Shall Utilize The Following Selection Criteria Listed In Descending Order Of Importance. Professional: Professional Qualifications Necessary For Satisfactory Performance Of Required Service And Working Together As A Team (in-house And/or Consultants(s)). Note: The Firm And A/e On Staff Representing The Project Or Signing Drawings In Each Discipline Must Be Registered/licensed To Practice In The United States Provide Your Information On The Sf 330 Clearly Marked By Providing A Current Architect And/or Engineering License Numbers And Proof Of Licensure. The Va Will Confirm The Individuals Are Current And In Good Standing With The Respective State Licensing Board.â Specialized: Specialized Experience And Technical Competence In The Type Of Work Required, Including But Not Limited To: Architecture, Electrical, Plumbing, Mechanical, Fire Protection, Abatement/industrial Hygiene, Cost Estimation, Project Management And Where Appropriate, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. Include Government And Private Experience On Similar Projects. Capacity: Capacity To Accomplish Work In The Required Time. This Factor Evaluates Firm's Experience With Similar Size Projects And The Available Capacity Of Key Disciplines When Evaluating The Capacity Of A Firm To Perform The Work In The Required Time. The General Workload And Staffing Capacity Of The Design Office Will Be Evaluated. List Current Projects With Similar Design Fee Being Designed In The Firms Office. Indicate The Firms Present Workload And The Availability Of The Project Team (including Sub-consultants) For The Specified Contract Performance Period; Describe Experience In Successfully Delivering Projects Per Performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates. Past Performance: Cpars Data Or Past Performance Questionnaires Must Be Provided For Projects Submitted Under Factor 2 (specialized Experience). Failure To Provide Requested Data, Accessible Points Of Contact Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. Past Performance As It Relates To Cost Control, Quality Of Work, And Compliance With Performance Schedules. The Following Information Is Required For All Projects: Contract/task Order Number, Project Title, Prime Firm, Start Date, And Completion Date. Evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. Past Performance Will Be Evaluated On Recent And Relevant Contracts With Government Agencies Or Private Industry. Recent Is Defined As Performance Occurring Within 5 Years Of The Date Of This Notice, Except That Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Notice. Relevancy Is Defined As Performance Of Work On Projects That Are Similar In Scope To The Types Of Projects Anticipated Under The Resultant Contracts. Respondents With No Previous Past Performance Shall State This When Addressing The Selection Criteria. Where There Is No Record Of Past Performance, The Proposal Will Be Evaluated Neither Favorably Nor Unfavorably. Location: Knowledge Of The Locality, To Include Specific Knowledge Of Certain Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Local Construction Methods, Construction Firms And Trades Labor Availability, And Local Laws And Regulations. That Your Proximity To The General Geographical Area Enables You To Respond To Emergency Calls In Person Within 24 Hours If Required. (sf 330 Submittal Should Show Your Knowledge Of The Locality Of The Project.) Eligible Prime Contractor Firms Must Have A Main And/or Branch Office Geographically Located Within The 400-mile Radius. Distance Will Be Determined By Google Maps. Commitment: 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. Construction Period Services: 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. Reputation: Standing/reputation Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness. Mention Applicable Awards, Outstanding Merits, And Recommendations. Additional Experience: Specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project. Selection Procedures. This Requirement Is Being Procured In Accordance With The Brooks Act Of 1972, Federal Acquisition Regulation 36.6 (far) And Va Acquisition Regulation 836.6 (vaar) And Va Acquisition Manual (vaam) 836.6. 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 Telephone Or 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, Could Result In A Firm Being Removed From Consideration. If Relevant Cpars Evaluation(s) Are Available, Report(s) Shall Be Submitted With The Completed Sf330 Package. If There Is Not A Completed Cpars Evaluation, The Ppq Included With This Notice Is Provided For The Offeror Or Its Team Members To Submit For Each Project Included In Criterion (2). Official Cpars Evaluation(s) Found In In Government Databases Will Take Precedence. Completed Ppqs Should Be Submitted With Your Sf330. 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 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. The Following Format Should Be Used: Cover Page With Solicitation Number, Project Title. Table Of Contents. Sf 330. Acceptability Under Other Appropriate Evaluation Criteria, I.e., Sf 330, Section H. Copy Of Current A/e State Engineer/architect License. Unique Entity Id (uei). Tax Id Number. The E Mail Address And Phone Number Of The Primary Point Of Contact. Sf 330 Date Of Receipt/due Date: Interested Firms Having The Capabilities To Perform This Work Must Submit One (1) Electronic Sf 330 And Attachments (as Applicable) No Later Than 01/21/2025 At 1:00 P.m. Et. Email Capacity Is Limited To Ten (10) Megabytes (mbps). All Sf330 Submittals And Questions Must Be Sent Electronically To The Attention Of Contracting Officer Gregory Snyder, Gregory.snyder@va.gov. Please Also Copy Ryan.crispin@va.gov And Joseph.osborn@va.gov In Emailed Sf 330 Package. Please Include The Pre-solicitation 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 __ . 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 Not Exceed A Total Of 50 Pages In A Common Font Size 12 Font, Single Spaced. The Proposal 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. The Page Limitation Does Not Apply To The Licenses, Contract Performance Evaluations, (i.e., Cpars) And Award Documentation. This Information Should Be Provided As Attachments To The Sf 330. All Questions Regarding This Announcement Must Be Emailed To The Contracting Officer Gregory.snyder@va.gov No Later Than 01/14/2025 By 1:00 P.m. Et. Site Visits Will Not Be Arranged During This Phase. This Announcement Is Not A Request For Proposal. This Is A Pre-solicitation Notice For Architect/engineering (a/e) Design Services; No Solicitation Package Will Be Issued Until After An Evaluation Has Been Made On The Provided Sf-330. Only The A/e Firms Responding To This Announcement By Submitting An Sf330 Package On Time Will Be Considered For Initial Evaluation.
Closing Date21 Jan 2025
Tender AmountRefer Documents
691-700 of 708 archived Tenders