Hvac Tenders
Hvac Tenders
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents
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.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
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.
DEPT OF THE NAVY USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
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
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Details: Page 2 Of 2 description: This Is A Pre-solicitation Notice For The Establishment Of An Architect-engineering (a-e) Contract With Services To Be Performed At The Salem Va Medical Center At 1970 Roanoke Blvd, Salem, Va 24153. This Requirement Is Being Executed Under A 100% Set-aside To Service-disabled Veteran Owned Small Business (sdvosb) Firms. This Announcement Is Not A Request For Proposal; No Solicitation Package Will Be Issued Until After An Evaluation Has Been Made On The Provided Sf-330s. The Sf-330 Can Be Downloaded Through The Gsa Forms Library At: Http://www.gsa.gov/portal/forms/type/top, Scroll Down To Locate And Click On The Sf-330 Hyperlink Entitled, Architect-engineer Qualifications. Interested Firms Should Submit Their Current Sf-330, Parts I And Ii, To Chanel.johnson@va.gov. The Sf-330s Are Due No Later Than 9:00 Am, Est, February 18, 2025. scope Of Work: intent
provide Professional Engineering Services To Include Option Analysis, Phasing Design, Investigative Surveys And Reports, Planning, Consultation And Visits, Design Work, Preparation Of Contract Drawings And Specifications, Preparation Of Cost Estimates And Provision Of Construction Period Services As Necessary For Project 658-24-109 Renovate Patient Restrooms, At Vamc Salem, Virginia. The Restrooms Identified For Renovation Shall Be Brought Up To Department Of Veterans Affairs (va) Standards And Specifications As Well As The Architectural Barriers Act Accessibility (abaa) Standards. There Are 18 Restrooms Currently Planned To Be In The Scope Of This Project. The Va Will Review The Cost Estimate At The Design Development Stage And Confirm Or Alter The List Of Restrooms. In No Case Will New Restrooms Be Added To The Scope But One Or More May Be Removed If Necessary To Meet The Available Funding. Â The Project Intent Is To Develop A Complete Design Package That Addresses All Va And Abaa Requirements On Restrooms In Building 143. Restrooms To Be Brought Up To Standards Typically Require Expansion And Complete Renovation Of All Finishes And Fixtures. design Efforts Shall Include: conduct A Site Investigation Of All Identified Restrooms In Building 143. Identify Nonconformance Issues Using The Requirements Of All Applicable Va Standards And Specifications, And Of The Abaa Standards.
utilizing A Rating Or Scoring System, Identify The Restrooms That Are Priority Based On Greater Nonconformity With Standards. Ratings / Scoring Shall Be Documented In A Schedule Such That The Construction Can Be Phased Accordingly. For The Design Development (60%) Submission Review, The Va Will Review The Cost Estimate Submission And Confirm Or Alter The Restrooms That Will Be In Scope.
provide A Recommendation For Va Personnel To Follow Up, Regarding Requirements Of The Abaas For Wheelchair Accessible Toile Rooms In Existing Buildings. Specifically, Use F202 Existing Buildings And Facilities, Paragraph F213.2, Exception Number 4 To Determine Whether Va Policy And Requirements For Renovations May Take Advantage Of This Exception, And Recommend Methods To Comply To Include:
provision Of Two Wheelchair Accessible Unisex Single Use Toilet Rooms Per Floor. Recommend Other Renovations As Needed Such As Grab Bars And Clearance Of Fixtures, For The Other Single Use Toilet Rooms On Each Floor.
make A Recommendation On Whether To Provide On Each Floor One Wheelchair Accessible Unisex Single Use Toilet Room, And One Ambulatory Accessible Toilet Room Of A Lesser Minimum Square Footage.
examine Whether On The First Floor, The Single Use Toilet Rooms Constitute A Cluster Of Single Use Toilet Rooms And Are Therefore Subject To A Minimum Of 50% Wheelchair Accessible.
examine Potential Benefits Or Impacts On The Basement Floor Of Building 143, Where We Have Identified Five Single Use Toilet Rooms For Renovation. The Benefits To Examine Are The Expected Completion Of Four Wheelchair Accessible Toilet Rooms With More Than One Toilet (two Men S And Two Women S), Which Are Being Renovated And Brought Up To Abaas Compliance As Part Of Project# 658-24-104 Renovate Main Lobby. Specifically Make A Recommendation Whether The Completion Of Those Restroom Renovations Will Mean No Other Toilet Rooms Need Be Made Wheelchair Accessible But Only Meet Ambulatory Patient Requirements Such As Space In The Room And Clearance Of Fixtures, Provision Of Grab Bars, Etc. Examine According To The The Requirements Of F213.2 And Exception 4 But Also Any Applicable Va Policies And Standards Which Speak To The Issue.
provide A Complete Design Package Which Shall Include Drawings And Construction Specifications To Renovate All Restrooms Included In The Program. In Addition To The Overall Restoration Requirements, The Following Shall Also Be Required:
a/e Satisfy The Following Milestones:
schematic Design (30%)
drawings
outline Specifications And A Draft Of The Submittal Register
construction Cost Estimate
design Development Review Meeting
final Design Submission (95%). The Final Design Shall Be Complete, Free Of Errors And Ready In The A/e Firm S Judgment To Be Issued For Construction. The Purpose Of The Review Is A Check For Inadvertent Errors And No Further Design Is Anticipated Other Than Correction Of Errors In The Set.
drawings
full Specifications And The Submittal Register
construction Cost Estimate
design Development Review Meeting
construction Documents (100%)
drawings
full Specifications
construction Cost Estimate
construction Documents Review Meeting
.
the A/e Shall Complete The Project Design In Accordance With This A/e Scope, With All Applicable Va Standards And Specifications, And With Abaa Standards For Toilet Rooms In Healthcare Facilities Unless Otherwise Approved By The Va. The A/e Shall Retrieve All Va Design Information And Standards From The Va Facilities Web Site (http://www.va.gov/facmgt/standard). The A/e Shall Incorporate These Documents And All National, State And Local Codes Adopted And Used By The Va In The Design Of This Project. All Applicable Standards Shall Be Reflected In The Construction Cost Estimate. The Facility Record Drawings And Autocad Files Are Available For The A/e S Use. Note: Not All Record Drawings Are Available On Autocad. Additionally, The Accuracy Of Facility Record Drawings Must Be Field Verified By The A/e. At A Minimum, The A/e Shall Utilize The Following References, As Applicable, For Planning And Design Purposes.
national Cad Standards And Standard Details Pg-18-4
vha Program Guide Pg-18-3
va Master Construction Specifications Pg-18-1
h-18-8 Seismic Design Requirements
sanitary Design Manual For Hospital Projects
pg-18-13 Barrier Free Design Handbook
nfpa Codes
design Manuals Pg-18-10
cultural Resource Management D-7545 & H-7545
government-furnished Record Drawings (a/e To Field Verify Conditions)
pg-18-15 A/e Submission Requirements.
pg-18-12 Design Guides (graphical, By Function)
pg-18-14 Room Finishes, Door, And Hardware Schedules
facility Guidelines Institute (fgi)
american Institute Of Architects (aia)
a/e Shall Address The Following Items In The Design: estimate Of Construction Project Costs And Duration Including Simplified Schedule To Include Progress And Final Inspections And All Work Required For The Base Bid And The Bid Alternatives. Revise Cost Estimates And Schedules For Each Design Submittal. access To Buildings Must Remain Adequately Operational And Completely Protected During Site Investigations And Shall Be Phased To Minimize Impacts To Patients During The Construction Process.
contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.
the A/e Has Responsibility For Duty To Report Any Fraud, Waste And Abuse Witnessed While On Va Premises To The Integrity And Compliance Officer.
the Following Quantities Of Design Review Material Are Required For The Schematic Design, Design Development, Final Design, And Construction Document Submissions:
one (1) Full Size, One (1) Half Size, And One (1) Electronic Set (pdf And Autocad 2022 Format) Of The Design Drawings.
two (2) Paper Copies And One (1) Electronic Copy (ms Word) Of Sample Edited And Marked-up (track Changes Enabled) Va Master Specifications. two (2) Hardcopy Sets And One (1) Electronic Set Of Final Engineering Calculations.
provide Two (2) Hard Copies And One (1) Electronic Copy Each Of The Budgetary Cost Estimate And Preliminary Schedule.
in Addition To Those Items Listed Above In Item 5, For The Construction Document Submission The Following Quantities Of Review Materials Are Required. This Submission Shall Include Severable Components And The Overall Project As Described Above:
brief Description Of Work For Inclusion In Ifb (microsoft Word), Including Descriptions Of Deductive Alternates And Associated Completion Times.
list Of Sole Source Items With Justification (if Applicable).
list Of Or-equal Items With Justification (if Applicable). schedule: overall Period Of Performance: 210 Days From The Notice To Proceed.
site Investigation Report Is Due 45 Calendar Days From The Notice To Proceed.
schematic Design (30%) Submission Is Due 45 Calendar Days From The Receipt Of The Site Investigation Report
the Government Will Provide Review Comments 15 Calendar Days From Receipt Of The Design Submission.
design Development (60%) Submission Is Due 30 Calendar Days From The Date Schematic Design Comments Are Provided.
the Government Will Provide Review Comments 15 Calendar Days From Receipt Of The Design Submission.
final Design (95%) Submission Is Due 30 Calendar Days From The Date Design Development Comments Are Provided.
the Government Will Provide Review Comments 15 Calendar Days From Receipt Of The Design Submission.
construction Documents Submission Is Due 15 Calendar Days From The Date Full Design Review Comments Are Provided.
the Government Will Accept The Construction Documents Within Five Calendar Days Of Receipt, Or Will Require Re-submission Of The Construction Documents If There Are Remaining Comments That Have Not Been Adequately Addressed. any Delays To The Schedule Due To Re-submissions That May Be Required Upon Government Review, Is The Responsibility Of The A/e And Shall Not Result In A Claim For Delay.
evaluation Factors For Award
the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, And Other Factors Considered. Boards Will Evaluate Firms' Qualifications Strictly On The Basis Of The Announced Selection Criteria And Their Stated Order Of Importance. The Criteria Will Be Applied As Follows: part I Technical Capability
the Following Criteria Will Be Used To By A Selection Board To Determine The Most Highly Qualified Firms In Respect To Their Technical Capability. Technical Capability Will Be Evaluated Based On The Following Factors: specialized Experience And Technical Competence (far 36.602-1(a)(2)). Offerors Will Be Evaluated Based On The Specialized Experience Of A Firm On Similar Projects And The Technical Capabilities (such As Design Quality Management Procedures, Cadd/bim, And Equipment Resources,) Of The Prime Firm And Any Subcontractors. Evaluation Will Be Based On The Information Presented In The Architect-engineer Qualifications - Standard Form 330 (sf330). A Maximum Of Five (5) Example Projects May Be Submitted For Consideration Under Sf330, Part I, Section F. Example Projects Should Be Designs Completed Within Six (6) Years Of Solicitation Closing Date. professional Qualifications (far 36.602-1(a)(1)). A Board Will Evaluate, As
appropriate, The Education, Training, Registration, Certifications (see Paragraph 3-4.d(4)), Overall And Relevant Experience, And Longevity With The Firm Of The Key Management And Technical Personnel. This Criterion Is Primarily Concerned With The Qualifications Of The Key Personnel And Not The Number Of Personnel, Which Is Addressed Under The Capacity Criterion. The Lead Designer In Each Discipline Must Be Registered As Required By Far 36.609-4 And 52.236-25 But Does Not Have To Be Registered In The Particular State Where The Project Is Located. capacity (far 36.602-1(a)(3)). A Firm S Capacity Will Be Evaluated Based On Their Experience With Similar Size Projects, The Available Capacity Of Key Disciplines To Perform The Work In The Required Time, And A Primary Design Schedule. The Volume Of Work Awarded During The Previous 12 Months, Based On Data Extracted From The Federal Procurement Data System, Will Be Considered When Evaluating Capacity. Additionally, The Full Potential Value Of Any Current Indefinite Delivery Contracts That A Firm Has Been Awarded Will Be Considered When Evaluating Capacity. knowledge Of The Locality (far 36.602-1(a)(5)). Firms Will Be Evaluated On Their Knowledge Of The Locality Such As Knowledge Of Local Historical Features, Climatic Conditions, And Local Construction Methods That Are Unusual Or Unique To The Area. design Quality Control Plan. Firms Will Be Evaluated On Their Approach To Ensure Technical Quality And Accuracy Of Work Products. A Firm's Approach To Resolve Issues Of Quality Will Be Analyzed To Determine Its Ability To Provide Quality Design Products. Describe And Define The Processes Of The Firm's Quality Control Plan And List, By Name And Position, All Key Personnel Responsible For Its Execution. Quality Control Information Shall Also Address Safety Measures Particularly With Respect To Field Work And Site Investigations. Information Describing Quality Management May Be Presented In Sf330, Part I, Section H. A Design Quality Control Plan Shall Be Submitted As Part Of The Proposal. experience In Construction Period Services. Firms Will Be Evaluated On Their Experience In Providing Construction Period Services To Include Professional Field Inspections During Construction, Review Of Construction Submittals, Support In Answering Request For Information, And Support Of Construction Contract Changes To Include Drafting Statements Of Work And Preparing Cost Estimates. part Ii Past Performance
the Following Criteria Will Be Used To By A Selection Board To Determine The Most Highly Qualified Firms Based On A Firm S Past Performance. past Performance (far 36.602-1(a)(4)). Firms Will Be Evaluated Based On Their Cpars For Past Projects. part I Technical Capability
first, The Technical Capability Of All Offers Will Be Evaluated On An Adjectival Basis. Sub-factors Will Be Weighted Equally, And All Areas Must Have At Least A Satisfactory Rating. evaluators Shall Assign A Rating From The Following Table Based On The Minimum Requirements Stated In Each Sub-factor Section. adjectival Rating
definitions
exceptional
meets All Requirements And Exceed Majority Of Requirements. Overall The Proposal Meets And Significantly Exceeds, In All Aspects, The Standards For Evaluation: Very High Probability Of Success: No Significant Weaknesses. very Good
meets All Requirements And Exceed Some Requirements. The Proposal Meets And, In Some Cases, Exceeds The Standards For Evaluation; High Probability Of Success; No Significant Weaknesses And Only Minor Correctable Deficiencies. satisfactory
the Proposal Meets The Standard For Evaluation; Good Probability Of Success; Only Minor Weaknesses And Correctable Deficiencies.
marginal lacks Material Information. The Proposal Fails To Meet Some Of The Standards For Evaluation; Low Probability Of Success; Major Weaknesses And/or Uncorrectable.
unacceptable
lacks Material Information. The Proposal Fails To Meet Some Or All Of The Standards For Evaluation; Need Major Revision To A New Submission To Make If Acceptable Or May Contain Uncorrectable Deficiencies. sub-factor 1 Specialized Experience And Technical Competence criteria: This Factor Will Evaluate The Offeror S Technical Competence, Based On Successful Completion Of Projects, In The Design Of Fire Protection Systems In A Hospital Environment. minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides A Minimum Of Three (3) And A Maximum Of Five (5) Examples Of Their Choice Of Completed Projects Or In Progress Of Similar Contracts In Size And Scope (hospital Remodel/renovation; Minimum Threshold Value Of $500,000). In Describing The Experience, Provide The Following Information: project Title, Location And Brief Description Including The Building Use (medical Facility, Etc) And Contracting Method (design Build, Design Bid Construct, Cm At Risk, Turnkey, Etc). project Owner And Name And Telephone Number Of Owner S Contact Person. indicate Your Firm S Role As A Prime Contractor Or Subcontractor, Etc. project Prime Contractor And Major Subcontractors And Name And Telephone Number Of Contact Person(s). project Statistics Including Start And Completion Dates (original Vs. Actual) For Design; Cost (with Brief Explanation Of What Is Included In The Cost); Square Footage; And Any Awards (prizes) Received. sub-factor 2 Professional Qualifications criteria: This Factor Evaluates The Offerors Specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. minimum Standard Of Acceptability: The Offeror Must Provide The Resumes For The Following Key Personnel Purposed For Assignment To The Project: project/design Manager: Must Have A Minimum Of Five (5) Years Experience Successfully Managing Design Projects That Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. electrical Engineer: Must Have A Minimum Two (2) Years Experience Designing Electrical Systems Within A Hospital Environment. Projects Shall Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. mechanical Engineer: Must Have A Minimum Of Two (2) Years Experience Designing Hvac Systems Within A Hospital Environment. Projects Shall Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. civil Engineer: Must Have A Minimum Of Two (2) Years Experience Designing Hvac Systems Within A Hospital Environment. Projects Shall Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. architect: Must Have A Minimum Of Two (2) Years Experience Designing Projects That Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above bim Manager: Must Have A Minimum Two (2) Years Experience Managing The Design Of Projects Using Building Information Modeling Software. other Disciplines Proposed By The Offeror: Must Have A Minimum Of Two (2) Years Experience Successfully Designing Projects That Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. all Resumes Must Include The Following Information And May Not Exceed Two (2) Pages Per Resume, And Must Explain How The Proposed Key Personnel S Experience Meets The Minimum Qualification Requirements For This Contract, As Described Above: name And Title project Assignment name Of Firm With Which Associated sub-factor 3 Capacity criteria: This Factor Will Evaluate The Offeror S Ability To Perform Both The Design And Construction Period Services. The Offeror Shall Demonstrate That Is Has The Capacity To Accomplish The Work In The Required Time. Additionally, The Offeror Shall Show That It Can Perform The Required Site Investigations, Design Services, And Construction Period Services Without Adversely Affecting The Project Schedule. minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides: offeror Must Specify The Total Volume Of Work Awarded To The Firm Within Twelve (12) Months Of Solicitation Closing And Provide A Proposed Design Schedule Not To Exceed 215 Calendar Days. Prepare And Submit A Practicable Design Schedule Laying Out All Necessary Performance Elements Needed To Complete This Project Identified In The Solicitation In The Proposed Period Of Performance. The Schedule Must Be In The Form Of A Progress Chart Of Suitable Scale To Indicate Appropriately The Percentage Of Work Scheduled For Completion By Any Given Date During The Performance Period. In Addition, The Schedule Must Be Submitted In The Microsoft Project Format. Offerors Should Only Include The Work Elements Necessary To Complete The Required Work. It Is The Offeror S Responsibility To Identify All Necessary Project/work Elements And The Proposal Adequately Identifies Acceptable Critical Path Elements. sub-factor 4 Knowledge Of The Locality criteria: Identify Example Projects That Demonstrate The Firms Knowledge Of The Locality (i.e. Salem Va Medical Center). minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides: firms Shall Demonstrate Knowledge Of Localities Per Example Projects. Knowledge Of The Va Visn 6 Service Area Will Hold Much Higher Weight And Evaluated More Favorably Than Projects Outside The Visn 6 Service Area. General Understanding Of The Local Conditions, Including Physical Environment, Local Engineering Criteria, And Construction Methods Will Be Evaluated. The Following Key Personnel Resumes Shall Also Be Evaluated For Knowledge Of Localities: Project Manager, Architectural, Mechanical, And Electrical. The Basis Of Evaluation For This Criterion Will Focus On The Information Provided In Sf330, Part I, Section E (resume Of Key Personnel), Section F (example Projects), And Section H (additional Information) That Provides Additional Information Describing Same/similar Qualifications As Deemed Relevant To Performance At The Salem Va Medical Center sub-factor 5 Design Quality Control Plan criteria: The Plan Shall Identify Personnel, Design Review Procedures, Site Investigation/confirmation Of Existing Conditions Plan, Tests Proposed, And Forms To Be Used. A Finalized, More Detailed Design Quality Control Plan (qcp) Will Be Required To Be Submitted And Approved After Contract Award. minimum Standard Of Acceptability: The Minimum Standards Of Acceptability Are Met When The Offeror Provides: a Description Of The Quality Control System, Including A Chart Showing Lines Of Authority And Acknowledgement That The Design Manager Shall Implement Control Measures For Verification Of All Design Activities. the Names, Qualifications (in Resume Format), Duties, Responsibilities, And Authorities Of Each Person Assigned As Design Quality Control (qc) Manager. Any Replacements Must Have Similar Qualifications In Dealing With Projects Of Similar Size And Scope. sub-factor 6 - Experience In Construction Period Services criteria: Identify Example Projects That Demonstrate The Firms Experience Providing Construction Period Services. Will Be Evaluated On Their Experience In Providing Construction Period Services To Include Professional Field Inspections During Construction, Review Of Construction Submittals, Support In Answering Request For Information, And Support Of Construction Contract Changes To Include Drafting Statements Of Work And Preparing Cost Estimates. minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides A Minimum Of Three (3) And A Maximum Of Five (5) Examples Of Their Choice Of Completed Projects Of Similar Contracts In Size And Scope (hospital Remodel/renovation; Minimum Threshold Value Of $500,000) For Which Construction Period Services Were Provided. part Ii Past Performance
next, The Government Will Evaluate The Offeror S Demonstrated Past Performance Of Projects In Order To Determine The Offeror S Ability To Perform The Contract Successfully And Help Determine Responsibility. As With Technical Capabilities, The Firms Will Be Evaluated With An Adjectival Rating System.
adjectival Rating
definitions
exceptional
meets All Requirements And Exceed Majority Of Requirements. Overall The Proposal Meets And Significantly Exceeds, In All Aspects, The Standards For Evaluation: Very High Probability Of Success: No Significant Weaknesses. very Good
meets All Requirements And Exceed Some Requirements. The Proposal Meets And, In Some Cases, Exceeds The Standards For Evaluation; High Probability Of Success; No Significant Weaknesses And Only Minor Correctable Deficiencies. satisfactory
the Proposal Meets The Standard For Evaluation; Good Probability Of Success; Only Minor Weaknesses And Correctable Deficiencies.
marginal lacks Material Information. The Proposal Fails To Meet Some Of The Standards For Evaluation; Low Probability Of Success; Major Weaknesses And/or Uncorrectable.
unacceptable
lacks Material Information. The Proposal Fails To Meet Some Or All Of The Standards For Evaluation; Need Major Revision To A New Submission To Make If Acceptable Or May Contain Uncorrectable Deficiencies. note: Offerors With No Relevant Past Performance History Will Not Be Evaluated Favorably Or Unfavorably On Past Performance And Will Be Given A Neutral Rating. criteria: Offerors Must Provide A Minimum Of Three (3) And A Maximum Of Five (5) References Of Their Choice Of Projects Of Similar Contracts In Size And Scope (hospital Building Remodel/renovation; Minimum Construction Threshold Value Of $500,000). The Offeror Must Provide For Each Reference The Reference's Company Name, Pocs, Address, Contact Information To Include Phone Number And E-mail Address, Project Description, Dollar Value And Period Of Performance. The Government Will Consider And Evaluate Offeror's Past Performance Information, To Include The References, Which Are Deemed Recent And Relevant For The Requirements Of This Rfp. recency Assessment: An Assessment Of The Past Performance Information Will Be Made To Determine If It Is Recent. To Be Recent, The Effort Must Be Ongoing Or Must Have Been Performed During The Past 6 Years From The Date Of Issuance Of This Solicitation. Past Performance Information That Fails This Condition Will Not Be Evaluated. relevancy Assessment: An Evaluation Of All Recent Performance Information Obtained To Determine Whether The Provided Design Performed Under Those Contracts Relate To A Similar Size And Scope As Those Required By This Solicitation. In Determining The Relevancy Of Effort Performed Under Individual Past Performance Contracts, The Government Will Consider The Specific Effort Or Portion Consistent With That Proposed By The Prime Contractor And/or Subcontractors. The Past Performance Information Obtained From Sources Will Be Used To Establish The Relevancy Of Past Performance. minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides Minimum Of Three (3) And A Maximum Of Five (5) References Of Their Choice Of Projects Of Similar Contracts In Size And Scope (hospital Building Remodel/renovation; Minimum Threshold Value Of $500,000) In Which The Offeror Adhered To Period Of Performances. The Offeror Must Provide For Each Reference The Reference's Company Name, Pocs, Address, Contact Information To Include Phone Number And E-mail Address, Project Description, Dollar Value And Period Of Performance. The Government Will Consider And Evaluate Offeror's Past Performance Information, To Include The References, Which Are Deemed Recent And Relevant For The Requirements Of This Rfp. -- End Of Item 8. Evaluation Criteria -- release Of Claims For Delivery Orders: Prior To The Final Payment Under Each Delivery Order Issued Under This Contract Or Prior To Settlement Upon Termination Of The Delivery Order, And As A Condition Precedent Thereto, The A/e Shall Execute And Deliver To The Contracting Officer A Release Of All Claims Against The Government Arising Under Or By Virtue Of This Contract, Other Than Such Claims, If Any, As May Be Specifically Excepted By The A/e From The Operation Of The Release In Stated Amounts To Be Set Forth Therein. upon Completion Of Construction And Incorporation Of All Revisions Required To Complete The Record Drawings, The Following Items Shall Be Submitted:
a. 1 Set Of Reproducible Hard Copy As-built Plans (30 X 42 ) Plus An Electronic Set In Autocad Version 2022 (.dwg) And Pdf Format.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
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.
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
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.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Building Construction
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
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.
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: 1. Contract Information: This Contract Is Being Procured In Accordance With The Brooks A-e Act As Implemented In Far Subpart 36.6. Firms Will Be Selected For Negotiation Based On Demonstrated Competence And Qualifications For The Required Work. See Numbered Note 24 For General Information On The A-e Selection Process. A-e Services Are Required For Site Investigation, Concept Design, Final Design (option), And Construction Phase Services (option) For The Subject Project. North American Industrial Classification System Code Is 541330, Which Has A Size Standard Of $25,500,000 In Average Annual Receipts. This Announcement Is Open To All Businesses Regardless Of Size. Far Clause “52.219-4 Notice Of Price Evaluation Preference For Hubzone Small Business Concerns” Will Be Included In The Solicitation. A Firm-fixed-price Contract Will Be Negotiated. The Contract Is Anticipated To Be Awarded In Sep 2025 And Design Completed By Oct 2028. A-e Contract Price Is Estimated To Be More Than $10,000,000. If A Large Business Is Selected For This Contract, It Must Comply With Far 52.219 -9 “small Business Subcontracting Plan” Regarding The Requirement For A Subcontracting Plan On That Part Of The Work It Intends To Subcontract. This Action Will Be Subject To Far Clause 52.219-14 “limitations Of Subcontracting.” For The Purposes Of This Solicitation, This Acquisition Is To Be Considered A Service And As Such, The Government Will Not Pay More Than 50% Of The Amount Paid By The Government For Contract Performance To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Towards The Prime Contractor's 50% Subcontract Amount That Cannot Be Exceeded. When A Contract Includes Both Services And Supplies, The 50% Limitation Shall Apply Only To The Service Portion Of The Contract; The Subcontracting Goals For The New York District Which Will Be Considered In The Negotiation Of This Contract Are: (1) At Least 25%, But No More Than 49% Of A Contractor's Intended Subcontract Amount Be Placed With Small Businesses (sb); (2) At Least 5 % Of A Contractor's Intended Subcontract Amount Be Placed With Small Disadvantaged Businesses (sdb); (3) At Least 3% Of A Contractor's Intended Subcontract Amount Be Placed With Women-owned Sb (wosb); (4) At Least 3% Of A Contractor's Intended Subcontract Amount Be Placed With Service-disabled Veteran-owned Sb; (5) At Least 3% Of A Contractor's Intended Subcontract Amount Be Placed With Veteran-owned Sb; And (6) At Least 3% Of A Contractor's Intended Subcontract Amount Be Placed With Hubzone Sb. The Plan Is Not Required With This Submittal, But Will Be Required With The Fee Proposal Of The Firm Selected For Negotiations. To Be Eligible For Contract Award, A Firm Must Register For An Unique Entity Id, A 12-character Alphanumeric Id Assigned To An Entity By Sam.gov. New Entities Can Get Their Unique Entity Id At Sam.gov And Complete An Entity Registration. 2. Project Information: Replace, By Deconstruction And Reconstruction, A Multi-story General Instruction Building. Rehabilitate The Original Features Of The Building Constructed In 1911 Which Have Survived. The Primary Facility Will Provide Spaces For General Instruction Classrooms, Lecture Halls And Collaboration Space, Administrative Space With Private And Open Offices, An Auditorium, Lab Space, Conference Rooms, Reception Areas, A Library And Mock Courtroom, An Arms Vault, Showers And Bathrooms, Lactation Rooms, Copy Rooms, Staff Break Rooms, Departmental Storage, Vending Areas And A Cafe, As Well As Freight And Passenger Elevators. Cybersecurity Measures, Electronic Security Systems (pacs & Ids) Installation, Energy Measurement And Control System (emcs) Connection, Building Information Systems, And Fire Alarm And Protection Systems Will Be Included. Supporting Facilities Include Utility Connections (water, Sanitary Sewer, Electrical), Storm Drainage, Walks, Curbs And Gutters, Landscaping, And Site Improvements. Heating Will Be Provided By District Heat, And Air Conditioning Will Be Provided By A Steam Powered Absorptive Chiller System. Comprehensive Building And Furnishings Related Interior Design Services Are Required. This Project Will Be Designed For Accessibility And Usability By Individuals With Disabilities. Utility Connections Are Required To Privatized Electric Distribution, Water, And Wastewater Systems. The Army Intends To Have The Respective Utilities Privatization System Owners, American Water And City Light & Power Make And Own The Necessary Connections Up To The Facility Service Disconnect Or Other Defined Point Of Demarcation. Facilities Will Be Designed To A Minimum Life Of 40 Years In Accordance With Dod's Unified Facilities Criteria (ufc 1-200-02) Including Energy Efficiencies, Building Envelope And Integrated Building Systems Performance. Demolish The Portion Of The Building Constructed In 1955 (321,012 Total Sf). U.s. Military Academy (usma) Has A Substantial Deficit Of -412,799 Square Feet In General Instructional Space, And This Project Will Address A Portion Of That Deficit By Constructing A New Addition. The New Addition, Exterior Alterations, And Related New Construction Will Not Destroy Historic 1911 Materials, Features, And Spatial Relationships That Characterize The Property. The New Work Will Be Differentiated From The Old And Will Be Compatible With The Historic Materials, Features, Size, Scale And Proportion, And Massing To Protect The Integrity Of The Property And Its Environment. The New Addition And Adjacent Or Related New Construction Will Be Undertaken In Such A Manner That, If Removed In The Future, The Essential Form And Integrity Of The Historic 1911 Property And Its Environment Would Be Unimpaired. Moreover, This Project Will Consolidate Key Programs In One Facility. By Upgrading And Consolidating Key Programs Into A Central Location Within The Main Campus, The Academy Aims To Foster A More Cohesive Academic Environment While Addressing Its Instructional Space Deficit. The Centralization Of Programs Will Reduce The Physical Fragmentation Of Departments And Encourage More Cross-disciplinary Collaboration. This Approach Aligns With Modern Educational Trends, Where Academic Institutions Are Moving Towards Flexible, Multi-purpose Spaces That Encourage Interaction And Innovation. Bringing Key Programs Together In Adequately Sized Spaces Will Not Only Optimize The Use Of Space But Also Create An Atmosphere Where Students And Faculty From Different Disciplines Can Engage In Meaningful Collaboration, Enhancing The Learning Experience. This Project Is Required To Update The Flagship Schoolhouse, Thayer Hall, As Part Of The Academic Building Upgrade Program (abup), Which Was Conceived To Address Critical Gaps In Instructional Space And Ensure That Academic Buildings Meet Both The Current And Future Needs Of The Usma's Academic Departments. Thayer Hall Will Support A Student Load Of 2,880 Students. The Project's Primary Goal Is To Reduce The Instructional Space Deficit. By Upgrading The Instructional Facilities, The Academy Seeks To Align Itself With Contemporary Educational Standards, Which Prioritize Collaborative Learning, Cross-disciplinary Interaction, And Active Engagement Between Students And Faculty. The Contract Will Require Accomplishment Of Site Investigation Work. The Contract Will Require Preparation Of Parametric Design Considered To Be 5 – 15 Percent Of The Total Design Effort. The Contract Will Require Preparation Of Concept Design Considered To Be 35 Percent Of The Total Design Effort. As An Option, The Contract Will Require Preparation Of 60%, 90%, And Final 100% Designs. As An Option, The Contract Will Require Delivery Of Construction Phase Ae Services. The Estimated Construction Cost Of This Project Is Over $500,000,000. Cost Estimates Must Be Prepared Using The Corps Of Engineers Micro Computer Aided Cost Estimating System (mcaces) – Second Generation (mii). The Contractor Shall Be Responsible For Accomplishing Designs And Preparing Drawings Using Advanced Modeling And Delivering The Three-dimensional Drawings In Autodesk Revit And Autodesk Civil 3d Software. The Government Will Only Accept The Final Product For Full Operation, Without Conversion Or Reformatting, In The Target Advanced Modeling Software Format, And On The Target Platform Specified Herein. Drawings Shall Be Compliant With The Current A/e/c Cad Standard Available From The Cad/bim Technology Center, Engineer Research And Development Center. 3. Selection Criteria: The Selection Criteria For This Particular Project Are Listed Below In Descending Order Of Importance (first By Major Criterion And Then By Each Sub- Criterion). Criteria A-e Are Primary. Criteria F-g Are Secondary And Will Only Be Used As "tie-breakers" Among Firms That Are Essentially Technically Equal. a. Submit No More Than Ten Projects Which Demonstrate Specialized Experience And Technical Competence In Design Of Facilities Similar To The Project Described Herein. Submitted Projects Should Have A Construction Cost Of At Least $100,000,000. Submitted Projects Should Have A Construction Completion Date No Earlier Than January 2015. On All Example Projects, The Government May Consider The Following Strengths For Evaluation Purposes: (1) Design Of Facility Renovations For Older/historic Institutions Of Higher Learning. (2) Application Of The Secretary Of The Interior’s Standards For The Treatment Of Historic Properties And Compliance With Section 106 Of The National Historic Preservation Act. (3) Sustainable Design Using An Integrated Design Approach And Emphasizing Environmental Stewardship, With Experience In Energy And Water Conservation And Efficiency; Use Of Recovered And Recycled Materials; Waste Reduction; Reduction Or Elimination Of Toxic And Harmful Substances In Facilities Construction And Operation; Efficiency In Resource And Materials Utilization; Development Of Healthy, Safe, And Productive Work Environments; And Employing The Leed Evaluation And Certification Methods. (4) Conducting Whole Building Life Cycle Cost Analysis (wb Lcca) Considering The Cradle-to-grave Costs Associated With Upfront Construction, Lifetime Building Sustainment, Maintenance, Operations (including Energy And Water Use), And Building Disposal, To Target The Most Cost-effective Design To Achieve Modeled Building Energy Consumption Reduction By A Minimum Of 30% Below The Ashrae 90.1 Baseline Specified In 10 Cfr 433 Without The Use Of Fossil Fuel Combustion Systems, With The Goal Being To Select The Optimal Combination Of Interdependent Building Systems (e.g. Envelope, Hvac, Hot Water, Lighting, Wall And Floor Thermal Mass Capacity, Etc). (5) Design Of Resilient Buildings, I.e. A Building That (i) Maximizes The Ability Of The Owner/operator To Withstand And Recover From A Potentially Disruptive Event That May Adversely Affect Mission Assurance And Mission-essential Functions, Including Extreme Weather (as Defined By 10 U.s.c. 101(a)(20)) Or A Disruption To Energy Or Water Supplies; (ii) Has Minimal Energy And Water Demand; (iii) Has An Indoor Environment Optimized To Promote Human Safety, Physical And Psychological Health, And Productivity; And (iv) Integrates Carbon-free Energy Generation And Storage. (6) Design Of Building Stabilization And Structural Shoring And Bracing Systems. (7) Experience Of The Prime Firm And Significant Subconsultants, Particularly The Cost Engineering Firm, The Geotechnical Drilling Firm, And The Asbestos/lead/pcb/hazmat Consulting Firm, In Working Together. b. Qualified Professional Personnel In The Following Key Disciplines: Aabc Certified Commissioning Authority (cxa), Accredited Learning Environment Planner (alep), Architecture, Asbestos/lead/pcb/hazmat Consulting, Certified Value Specialist, Civil Engineering, Clc Or Cld Certified Lighting Consulting, Comptia Certified Cybersecurity Consulting, Construction Project Scheduler Experienced With Primavera P6, Cost Engineering, Cts Certified Audio/visual Consulting, Electrical Engineering, Electronic Security Engineering, Fire Protection Engineering, Geotechnical Engineering, Historic Preservation Architecture, Ince Certified Acoustical Consulting, Land Surveying, Landscape Architecture, Leed Accredited Professional, Mechanical Engineering, Ncidq Or State Licensed Interior Design, Project Management, Structural Engineering, Telecommunications Engineering, And Vertical Transportation Engineering. The Lead Architect Or Engineer In Each Discipline Must Be Registered To Practice In The Appropriate Professional Field. The Civil Engineer, Asbestos/lead/pcb/hazmat Consultant And Land Surveyor Must Be Registered To Practice In New York. The Evaluation Will Consider Education, Certifications, Training, Registration, Overall And Relevant Experience, And Longevity With The Firm. c. Past Performance On Dod And Institution Of Higher Learning Contracts With Respect To Cost Control, Quality Of Work, And Compliance With Performance Schedules, As Determined From Cpars And Other Sources. d. Capacity To Submit The Draft Parametric Design Report (pdr) (10% Complete) By January Or February 2026, To Submit The Corrected Pdr (15% Complete) By April 2026, To Submit The Draft Concept Design (30% Complete) By June Or July 2026, To Submit The Corrected Concept Design (35% Complete) By September 2026, To Submit The 35% Certification Package (consisting Of Final Eng 3086, Designated Construction Agent Assessment Eng 6196, And Cost Schedule Risk Analysis Documentation) By November 2026 And Complete The Final Design (option) By October 2028. Schedule Is Critical For The Project. The Evaluation Will Consider The Experience Of The Firm And Any Consultants In Similar Size Projects, And The Availability Of An Adequate Number Of Personnel In Key Disciplines. e. Knowledge Of Design Of Foundations Bearing On Granite Or Gneiss Bedrock, Design Of Building Systems For Marine, Mixed-humid, And Cold Climate Zones, Rehabilitation Of Historic Stone Masonry, Design Complying With The Department Of Defense (dod) Unified Facilities Criteria, Design Complying With The Department Of The Army Policy Guidance On Resilient Buildings, Or Design Subject To Review By The New York State Historic Preservation Officer Or The New York State Department Of Environmental Conservation. f. Extent Of Participation Of Sb (including Wosb), Sdb, Historically Black Colleges And Universities, And Minority Institutions In The Proposed Contract Team, Measured As A Percentage Of The Total Estimated Effort. g. Volume Of Dod A-e Contract Awards In The Last 12 Months, With The Objective Of Effecting An Equitable Distribution Of Dod A-e Contracts Among Qualified Firms, Including Sb And Sdb. 4. Submission Requirements: Interested Firms Having The Capabilities To Perform This Work Must Submit Sf 330 Part I And Sf 330 Part Ii For The Prime Firm And All Consultants, To Jordan.k.moran@usace.army.mil Not Later Than 11:59 Pm Est On The Response Date Indicated Above. The Sf 330 Part I Shall Not Exceed 100 Pages (pdf Formatted To 8.5” X 11” Page Size), Including No More Than 50 Pages For Section E. Use No Smaller Than 12 Font Type. The Firm Is Encouraged, But Not Required, To Include Their Sam.gov-assigned Unique Entity Id Number In Sf 330, Part I, Section H. In Section H Describe The Firm's Overall Design Quality Management Plan (dqmp). A Project-specific Design Quality Control Plan Must Be Prepared And Approved By The Government As A Condition Of Contract Award But Is Not Required With This Submission. In Section H Also Indicate The Estimated Percentage Involvement Of Each Firm On The Proposed Team. The Most Highly Qualified Firms Will Be Interviewed. Neither Facsimile Nor Paper Hardcopy Transmissions Will Be Accepted. Solicitation Packages Are Not Provided, And No Additional Project Information Will Be Given To Firms During The Announcement Period. This Is Not A Request For Proposal. The Government Intends To Notify Interested Firms Of The Selection Or Non-selection Decision By March 2025. point Of Contact: Jordan Moran, (917) 908-8121 email Your Questions To Us Army Corps Of Engineers New York District At Jordan.k.moran@usace.army.mil
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Details: The Department Of Veterans Affairs Network Contracting Office 2 Is Issuing This Source Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources Providing Testing Of Sterile Compounding Areas At The Northport Vamc, 79 Middleville Road , Northport, Ny 11768.
the Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 541380.
the Va Requires A 12-month Base Year, Plus Four 12-month Options Contract. This Contract Will Be Inclusive Of All Labor, Materials, Equipment, And Travel (within 2 Hours) To Perform Initial And Recurring Certification Of The Facility S Sterile Compounding Areas.
based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition. telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above Listed Services Are Invited To Submit A Response To This Sources Sought Notice By October 24, 2024, At 12:00pm Est. All Responses Under This Sources Sought Notice Must Be Emailed To Lee.kern@va.gov.
please See The Below Statement Of Work (sow):
statement Of Work
testing Of Sterile Compounding Areas introduction United States Pharmacopeia (usp) Establishes Standards For Cleanroom Design, Environmental Monitoring, And Competencies For The Preparation, Handling, And Storage Of Compounded Sterile Preparations (csps). To Maintain Compliance With These Standards, Northport Vamc Requires A Base Plus Four (4) Year Contract Inclusive Of All Labor, Materials, Equipment, And Travel (within 2 Hours) To Perform Initial And Recurring Certification Of The Facility S Sterile Compounding Areas. Certification And Testing Will Consist Of: Testing All Primary Engineering Controls [(pecs) E.g., Biological Safety Cabinets (bscs), Laminar Airflow Workbenches (lafws), Compounding Aseptic Containment Isolators (caci), And Compounding Aseptic Isolators (cai)]
testing All Secondary Engineering Controls (secs), Non-iso Rated Controlled Non-classified (cnc) Rooms, And High-efficiency Particulate Air (hepa) Filtration Devices. microbiological Laboratory Testing Of Collected Viables Samples.
wipe Sampling For Environmental Hazardous Drug (hd) Residue testing And Certification Must Be Completed In Accordance With The Most Currently Published Versions Of Usp Chapter , Usp Chapter , Controlled Environment Testing Association (ceta) Application Guides For: Cag-003 Certification Of Sterile Compounding Facilities For Usp Compliance, Cag-002 Compounding Isolator Testing, Cag-008 Certification Matrix For
sterile & Nonsterile Usp Compounding Facilities, Cag-009 Viable Environmental Monitoring For Sterile Compounding Facilities, Cag-014 Airflow Visualization Study, National Sanitation Foundation/american National Standards Institute (nsf/ansi) Standard 49 Biosafety Cabinetry, And Institute Of Flow Clean Air Devices, Iest-rp-cc-002.4. All Lab Analysis Of Viable Samples Must Be Performed By A Facility With Iso/iec 17025 Accreditation For Microbial Analysis. This Environmental Quality Testing May Not Be Performed Under The Laboratory S Clinical Laboratory Improvement Amendments (clia) License. The Lab Must Attain Iso/iec 17025 Certification From An External Accrediting Body (e.g., American Association For Laboratory Accreditation ) To Ensure Quality And Accuracy Of The Testing. background. northport Vamc Is Pursuing A Facility Contract For Certification Of All Pecs, Secs, Cnc Rooms, And Hepa Filters Must Be Performed Pursuant To The Most Current Version Of Usp Chapter And Usp Chapter Standards Following Ceta S Standardized Testing Procedures Which Include (but Is Not Limited To) Cag-003 Ceta Certification Guide For Sterile Compounding Facilities For Usp Compliance, Cag-002 Ceta Compounding Isolator Testing Guide, Cag-014 Airflow Visualization Study, And Cag-009 Viable Environmental Monitoring For Sterile Compounding Facilities. certification Must Be Performed Every 6 Months. Recertification Will Be Required After Any Servicing Of Facilities Or Equipment, Post Changes To The Area That Could Affect Airflow Or Air Quality ( E.g., Redesign, Construction, Replacement Or Relocation Of Any Pec, Or Alteration In The Configuration Of The Room), And/or In Response To Identified Problems Or Trends. certification Procedures Defined In Relevant Ceta Application Guides Must Be Performed No Less Than Every 6 Months By An Individual Who Has The Required Ceta Competencies And Training Related To The Certification Of Primary And Secondary Engineering Controls. Additionally, It Is Preferred That The On-site Certification Individual Have Received Nsf Accreditation For The Field Certification Of Class Ii Biosafety Cabinets And Are Accredited Through Cnbt As A Registered Certification Professional In The Sterile Compounding Facility (rcp-scf). Prior To Testing, The Contractor S Technician(s) Who Conduct On-site Certification Will Provide, To The Cor, Documentation Of Competency And Training Related To The Certification Of Pecs And Secs. procedures For Air And Surface Sampling And Evaluation Must Be Compliant As Per The Most Current Usp Chapter 797 Requirements For Environmental Air Sampling, Surface Sampling (cag-009), Gloved Fingertip Testing (cag-011), And Media Fill Testing (cag-013) Following The Appropriate Ceta Cag Application Guide. northport Vamc S Sterile Compounding Areas And Equipment Must Be Compliant To The Joint Commission (tjc) And Food And Drug Administration (fda) Requirements. Tjc Medication Compounding Requirements For Critical Access Hospitals And Hospitals, Effective January 1, 2024, Established New Medication Compounding (mc) Standards For Non-sterile And Sterile Compounded Preparations Which Are Based On Usp Standards. The Fda Has The Authority To Inspect Va Medical Facilities Under The Food, Drug And Cosmetic Act, And Evaluate Based Upon The Guidance Provided In The Insanitary Conditions At Compounding Facilities Guidance For Industry, November 2020 (or Most Current Version). scope testing Frequency. the Northport Vamc Has A Requirement For Onsite Initial And Reoccurring Ceta Certification And Viable Environmental Sampling Of The Facility S Pharmacy-specific And Non-pharmacy Specific Areas And Equipment As Detailed Within This Statement Of Work (sow). Testing And Certification Dates Contained Within This Sow Are Best Documented; Contractor Shall Be Responsible To Confirm And/or Adjust Certification/testing Requirements To Ensure No Lapse In Requirements And Thus No Undesirable Effect On The Mission Of The Northport Vamc.
all Pharmacy-specific Equipment Will Minimally Obtain Ceta Certification Every Six (6) Calendar Months From The Date Of The Last Certification/testing Of Bscs, Lafws, Cai, Caci, Hepa Filters, And Room Spaces/environments In Accordance With Vha Directive 1108.12 (see Attachment A), And Usp 797 (attachment B) & 800 (attachment C). Recertification May Be Required Sooner If Equipment Is Relocated/altered, Or A Major Service Is Performed. testing Locations. The Following Location Shall Be Tested As Per Usp 797 And Where Applicable Usp 800 Standards As Per Respective Ceta Guide Applications. Locations May Be Amended As Per The Facility S Renovations And Construction.
building 200, Unit 31 Cleanroom Suite(s) Primary Space(s) And Equipment
iso-8 Anteroom(s): Two Ceiling Mounted Hepa Filters
iso-7 Buffer Room(s)
two Ceiling Mounted Hepa Filters
one Iso-5 Lawf: Baker Edgegard 5252 Lawf building 200, Inpatient: One Iso-5 Compounding Aseptic Isolator (cai): Baker Ss-500
building 200, New Pavilion 2f, E2-49
hd Negative Pressure Storage Room: One Ceiling Mounted Hepa Filter
cnc Hd Negative Pressure C-sca
one Ceiling Mounted Hepa Filter
one Iso-5 Hd Negative Pressure Compounding Aseptic Containment Isolator (caci): Baker Cs-500
germfree Trailer (adjacent To Building 11) - This Location Will Be Covered Under This Contract For Monthly Viable Sampling And Hazardous Drug Wipe Sampling. note: There Is A Separate Contract Which Covers The Semiannual Ceta Testing And Viable Sampling Of The Trailer. testing Requirements Of Pecs.
biological Safety Cabinet (bsc): On-site Certifications Of The Bscs Shall Be Tested To Manufacturer Specifications In Accordance With The Most Recent Version Of Nsf/ansi Standard 49 Biosafety Cabinetry (as Per Ceta Cag-003:2022 Section 8.2. Through 8.2.5 Application Guide And Ceta Cag-005:2007 (or Most Current Versions)
compounding Aseptic Isolator (cai) And Compounding Aseptic Containment Isolator (caci): The Contractor Shall Test And Certify All Cais And Cacis As Per Ceta Cag-003 Sections 8.3 Through 8.3.5 And In Accordance With Ceta Cag-002 Guide Application. laminar Air Flow Workbench (lafw): The Contractor Shall Test And Certify All Lafw As Per Ceta Cag-003:2022 Section 8.4. Through 8.4.6 Application Guide (or Most Current Version)
the Contractor Shall Test And Certify All Pecs In Accordance With The Most Current Version Of The Institute Of Environmental Sciences And Technology (iest)-rp-cc002 (unidirectional Flow Clean-air Devices), Ceta Cag-003, And The Manufacturer's Specifications.
the Contractor Shall Record Each Individual Face Velocity Reading And The Average Of Those Readings, The Downstream Concentration Reading Of The Hepa Filter Leak Test And The Results Of The Induction Leak Test And Back Streaming Test
all Equipment Used To Certify Pecs Must Be Calibrated In Accordance With Iest-rp-cc013 Or Manufacturer's Recommendation And Be Nist Traceable Where Possible.
where Applicable The List Of Tests For Pecs Includes, Where Applicable But Not Limited To The Following:
air Flow Velocity Profile
air Flow Visualization Profile: Dynamic Smoke Pattern Testing (video Recorded And Provided To Us On A Thumb Drive Or Made Available For Download On A Secure Website) For All Primary Engineering Controls. Tester Must Utilize Sufficient Smoke To Demonstrate Unidirectional Airflow At Critical Sites And Sweeping Action Over And Away From Preparations.
prefilter Check
hepa/ulpa Filter Leak Integrity Testing (must Be Performed Upon Installation And As Part Of Certification)
induction Leak Integrity Test And Patching If Necessary
electrical Leakage And Ground Circuit Resistance And Polarity Tests
preparation Ingress And Egress Test Where Applicable
chamber Pressure Test
total Airborne Non-viable Particle Count Testing In All Classified Areas Performed Under Dynamic Operating Conditions for Each Pec Passing The Required Certification Tests, The Contractor Supplies Each Unit With A Certification Tag Or Sticker Displaying The Following Information:
company Name And Contact Information.
unit Make, Model And Serial Number.
report Number
location (e.g., Building, Room Number, Area Identification)
certification Date
recertification Date
technician Name And Signature
any Pec That Fails To Meet Ceta Specifications Shall Be Clearly Marked With Signage Which Alerts Compounding Personnel That The Unit Is Out Of Order Until Further Notice. testing Requirements Of Secs.
the Contractor Will Provide Comprehensive Cleanroom Testing And Certification Services Every 6 Months, In The Event Of An Environmental Or Engineering Control Excursion/exceedance Or Sooner If There Are Changes To The Area Such As Redesign, Construction, Replacement Or Relocation Of Any Pec, Or Alteration In The Configuration Of The Room That Could Affect Airflow Or Air Quality Or If A Cleanroom(s) Did Not Meet Compliance. Certification Tests For Rooms Within A Cleanroom Suite Include, But Are Not Limited To:
airflow Testing: Hepa Filter(s) Air Volumes And Velocities Will Be Measured And Documented As Per Ceta Cag-003:2022 Section 8.1.1 Application Guide (or Most Current Version) Airflow Testing Is Performed To Determine Acceptability Of The Air Velocity, The Room Air Exchange Rate, And The Room Pressure Differential In Doorways Between Adjacent Rooms To Ensure Consistent Airflow And That The Appropriate Quality Of Air Is Maintained Under Dynamic Operating Conditions.
the Contractor Shall Calculate The Total Room Area And Volume For Each Buffer Room, Anteroom, Containment Segregated Compounding Area (c-sca), And Hazardous Drug Storage Room. The Iso Classification And A Sketch Of The Room With Dimensions, Exhaust/supply Diffuser Locations And Equipment Locations Shall Be Included In The Report. The Report Provided Will Specify Flow Rates Detailing Returns And Supply That Were Obtained During The Testing. The Contractor Shall Calculate Air Changes Per Hour (acph) For Each Buffer And Anteroom And Include Their Findings In The Report. Acph For Hvac, Acph Contributed From Pec, And The Total Acph. Comparison Of Acph Will Be Completed Both For Usp 797 Standards As Well As Those Referenced In The Vha Hvac Design Manual (attachment D Or Earlier Version If Available), Which Are Further Stringent Than Usp Chapter 797.
iso Classified Turbulent Airflow Area Reporting And Documentation
record All Airflow Measurements And Their Corresponding Filter Or Diffuser Locations Or Grid Identifications On A Diagram calculate And Report Room Volume calculate And Report The Average Total Room Airflow Volume calculate And Report The Total Air Changes Per Hour Of The Room (include Lafw And/or Non-ducted Bsc Hepa Exhaust To Room, Where Applicable) report Any Correction Factors Used Or Deviations From The Primary Method name Of Test (e.g., Room Airflow Analysis) report Acceptance Criteria provide A Pass Or Fail Statement Based On The Results Of The Test
non-iso Classified Negative Pressure Turbulent Airflow Area Testing Procedure Including Acph Requirements For Containment Segregated Compounding Areas And Hazardous Drug Storage Areas, Must Be A Minimum Of 12 Exhaust Acph. Because These Rooms/areas Are Not Iso Classified Airflow Measurements Should Be Taken On The Exhaust Of Negative Pressure Differential Rooms. Non-iso Classified Negative Pressure Turbulent Airflow Reporting And Documentation Must Include:
record All Airflow Measurements And Their Corresponding Exhaust Filter Or Exhaust Grill Locations calculate And Report Room Volume calculate And Report The Average Total Room Airflow Volume calculate And Report The Total Air Changes Per Hour Of The Room report Any Correction Factors Used Or Deviations From The Primary Method name Of Test (e.g., Unclassified Negative Pressure Room Airflow Analysis) report Acceptance Criteria provide A Pass Or Fail Statement Based On The Results Of The Test
sec Hepa Filter Integrity Testing Performed As Per Ceta Cag-003:2022 Section 8.1.2 Application Guide (or Most Current Version)
record Upstream Aerosol Challenge Concentration list Method Used To Report Concentration (measured Or Calculated) record Maximum Leak Penetration In Percent name Of Test (hepa Filter Leak Test) report Acceptance Criteria provide A Pass Or Fail Statement Based On The Results Of The Test
sec Room Pressure Differential/room Pressurization As Per Ceta Cag-003:2022 Section 8.1.3 Application Guide (or Most Current Version)
the Contractor Shall Include In Their Report Differential Pressure Readings From Each Buffer Room, Anteroom, C-sca, And Hazardous Drug (hd) Storage Rooms To All Surrounding Areas.
the Report Shall Indicate Whether The Area Is Required To Be A Negative Or Positive Pressure Location As Per Usp 797 And/or Usp 800. All Readings And Acceptance Criteria Shall Be Documented To At Least One Thousandths Of An Inch Water Gauge Or Water Column (e.g., 0.020 W.g. And Not 0.02 W.g.) Or One Tenth Of A Pascal (e.g., 5.0 Pa). Pressure Differentials Will Be Reflected On A Report Showing The Sketch Of The Room(s).
sec Room Pressure Reporting And Documentation
report Room Pressure Differential Relative To An Adjacent Room/space report And Compare Performance Of Room Pressure Monitor report Whether Smoke Dispersed At Entry Doors Follows Correct Direction name Of Test (room Pressure Differential Test) report Acceptance Criteria provide A Pass Or Fail Statement Based On The Results Of The Test
total Airborne Particle Count Testing (0.5 Micron And Larger) In All Classified Areas Performed Under Dynamic Operating Conditions As Per Ceta Cag-003:2022 Section 8.1.5 Application Guide (or Most Current Version). Reporting Shall Be Completed Following Iso 14644-01 [2015] Section 5.4 Test Report And Shall Include The Following: the Name And Address Of The Testing Organization, And The Date On Which The Test Was Performed the Number And Year Of Publication Of This Part Of Iso 14644 (i.e., Iso 14644 1:2015) a Clear Identification Of The Physical Location Of The Cleanroom Or Clean Zone Testing (including Reference To Adjacent Areas If Necessary), And Specific Designations For Coordinates Of All Sampling Locations (a Diagrammatic Representation Can Be Helpful) the Specified Designation Criteria For The Cleanroom Or Clean Zone, Including The Iso Class Number, The Relevant Occupancy State(s), And The Considered Particle Size(s) details Of The Test Method Used, With Any Special Conditions Relating To The Test, Or Departures From The Test Method, And Identification Of The Test Instrument And Its Current Calibration Certificate the Test Results, Including Particle Concentration Data For All Sampling Locations report Acceptance Criteria provide A Pass Or Fail Statement Based On The Results Of The Test
sec Airflow Visualization Studies (avs) - Visual Smoke Studies Per Ceta Cag-014 Guide Application
sec General Temperature And Moisture Tests To Verify Accuracy Of Monitoring Devices As Per Ceta Cag-003:2022 Section 8.1.7 Application Guide (or Most Current Version)
sec Viable Sampling As Per Ceta Cag-003:2022 Section 8.1.6 And Cag-009:2020 Application Guides viable Sampling Testing All Viable Sampling Will Conform To Usp 797 Requirements And Performed As Per Ceta Cag-009 Application Guide Viable Environmental Monitoring For Sterile Compounding Facilities environmental Air Sampling. biannually (every Six Months) The Collection Of Environmental Air Samples Will Be Performed By The Contractor S Ceta Technician During Certification And During Negatively Impactful Incidents Which Require Repeat Air Sampling As Follows:
whenever There Is A Change To The Placement Of Equipment In The Room Or Any Other Alteration Within The Cleanroom Suite That Affects The Quality Of The Air.
in Response To Identified Problems And Trends.
in Response To Changes That Could Impact The Sterile Environment (changes In Cleaning Agents).
viable Air Sampling Will Be Performed Utilizing A Calibrated High-volume Impaction Sampler During Dynamic Operating Conditions Single Plate Tsa Media Which Supports Growth Of Both Bacteria And Fungi Will Be Used To Sample. A Sufficient Volume Of Air (1000 Liters) Shall Be Tested At Each Location To Maximize Sensitivity (samples Of Less Than 1000 Liters Will Not Be Acceptable)
positive And Negative Control Plates Will Be Included With Sampled Plates Submitted By The Contractor For Analysis.
environmental Surface Sampling. biannually (every Six Months) The Collection Of Environmental Surface Samples Will Be Performed By The Contractor S Ceta Technician And During Repeated Ceta Testing. Upon The Request Of The Facility, The Contractor Will Repeat Surface Sampling As Follows:
whenever, There Is A Change To The Placement Of Equipment In The Room Or Any Other Alteration Within The Cleanroom Suite That Affects The Quality Of The Air.
in Response To Identified Problems And Trends.
in Response To Changes That Could Impact The Sterile Environment (changes In Cleaning Agents).
surface Samples Will Be Collected In Each Room, The Interior Of Each Pec, Passthrough Chambers Connecting To Classified Areas, And Frequently Touched Surfaces (e.g., Door, Tables, Carts, Stools, Benches, Etc.) surface Sampling Will Be Performed At The End Of The Largest Csp Activity Of The Day But Before Area Has Been Cleaned And Disinfected. single Plate Tsa Media Supplemented With Neutralizing Additives (e.g., Lecithin And Polysorbate 80) To Neutralize The Effects Of Any Residual Disinfecting Agents Will Be Used.
routine Monthly Surface Sampling Will Be Performed By An Appointed Trained Northport Vamc Personnel. The Collected Samples Will Be Shipped To The Laboratory Service Employed By The Contractor For Incubation And Microbiological Analysis.
as Needed, Appointed Trained Northport Vamc Personnel Will Collect Surface Samples Within The Pec As A Part Of The Competency Assessment For Assigned Personnel. The Collected Samples Will Be Shipped To The Laboratory Service Employed By The Contractor For Incubation And Microbiological Analysis.
personnel Viable Sampling. The Collection Of Personnel Viable Samples For Competency Testing Will Be Performed By An Appointed Trained Northport Vamc Personnel. The Samples Will Be Shipped To The Laboratory Service Employed By The Contractor For Incubation And Microbiological Analysis When It Is Required For Personnel Competency Assessment Sampling As Follows:
gloved Fingertip And Thumb (gft) Testing upon Initial Assignment Compounding Staff Will Be Assessed, Post Hand Hygiene And Garbing, Utilizing Gft Samples In Triplicate (three Samples/hand) For Analysis.
every Six (6) Months And Thereafter Compounding Staff Will Be Assessed, Post Hand Hygiene And Garbing, Utilizing Single Collection Of Gft Samples (one Sample/hand) Will Be Collected For Analysis Post Hand Hygiene And Garbing.
initially And Every Six (6) Months Thereafter Compounding Staff Will Be Assessed For Gft During Aseptic Manipulations, Utilizing Single Collection Of Gft Samples (one Sample/hand) Post Media Fill Testing (mft).
media Fill Test (mft) upon Initial Assignment And Every Six Months Thereafter, Compounding Staff Will Be Assessed For Aseptic Manipulations Utilizing Usp 797 Compliant Media Fill Testing Kits.
other Viable Sampling Requirements. the Laboratory Service Employed By The Contractor Must Be Able To Provide The Following:
microbial Growth Media Plates Which Are Usp 797 Compliant And
include Certificates Of Analysis (coa) From The Manufacturer That Verify The Plates Meet The Expected Growth Promotion, Ph, And Sterilization Requirements Consistent With Usp Chapter 797
contain Tsa Supplemented With Neutralizing Additives (lecithin And Polysorbate 80)
have A Raised Convex Surface
support Both Bacterial And Fungal Growth On The Same Plate For Single Media Incubation
media Fill Testing (mft) Kits Compliant To Usp 797 And Designed To Simulate Medium Complexity (category 2) Sterile Iv Compounding.
simulate Low Complexity (category 1) Sterile Iv Compounding. a Chain Of Custody Documenting Each Sample Collected Must Be Created And Provided To The Northport Vamc . during Self-sampling, Which Is Performed By Northport Vamc, The Contracted Lab Is Responsible For Providing A Prepaid Mailer For Properly Sending Samples To The Laboratory For Testing.
all Samples Shipped To The Laboratory Service Must Be Incubated In Accordance With Current Usp Chapter 797 Requirements For Duration And Temperature.
additional Requirements For Pecs And/or Secs Testing
any Pec Or Sec That Fails To Meet Ceta Specifications Shall Be Immediately Reported Directly To The Site-identified Point(s) Of Contact (poc) Or Appointed Ad Hoc. areas Where Hazardous Drug Handling Occurs Will Be Tested By Environmental Wipe Sampling For Hazardous Drug (hd) Residue:
every 6 Months, Or More Frequently As Needed To Verify Contaminant, Environmental Wipe Sampling For Hd Residue Will Be Performed By An Appointed Trained Northport Vamc Personnel. The Collected Samples Will Be Shipped To The Contractor S Laboratory Service For Hd Residue Analysis. The Kits Used To Complete Hd Wipe Sampling Must Be Verified Prior To Use To Ensure The Sensitivity And Validity Of The Methods And Reagents Used To Recover A Specific Percentage Of Known Marker Drugs.
the Hazardous Drugs (hds) To Be Tested Will Be Determined By The Facility And May Include, But Are Not Limited To:
cyclophosphamide
ifosfamide
fluorouracil
gemcitabine
methotrexate
platinum-containing Drugs
taxane-based Drugs
on Average 14 Surface Environmental Hd Wipe Samples Will Be Collected Per Testing Date. The Facility Can Elect To Adjust The Quantities Of Samples Submitted As Needed During Investigative Remediation. Routine Environmental Hd Wipe Sampling Will Include, At Minimum, The Following Areas:
interior Of Containment Primary Engineering Control (c-pec) And Any Equipment Contained Inside The C-pec.
pass-through Chambers.
surfaces In Staging Or Work Areas Near C-pec.
areas Adjacent To C-pecs (e.g., Floors Directly Under C-pec, Staging, And Dispensing Area).
areas Immediately Outside The Hazardous Drug Buffer Room Or C-sca.
areas Designated For Pharmacist End Product Verification (checking) / Workstations.
hazardous Drug Storage Areas (including Refrigerators).
hazardous Drug Receiving Areas.
patient Administration Areas. competency Of Technician Performing Testing
ceta Testing Must Be Performed By A Cnbt Individual/company Accredited To Perform This Work. The Technician/contractor Shall Provide A Copy Of The Individuals Ceta Credentials At Time Of Offer. If, During The Contract, A Different Individual(s) Is Designated By The Contractor, The Ceta Certification Credentials Of The Assigned Individual(s) Must Be Provided To The Poc, Co, And Cor Prior To The Start Of Work.
to Ensure Accurate And Reproducible Sampling Results, Environmental Viable Sampling Should Be Performed By A Ceta Cnbt Technician Or A Trained Technician Competent In Air And Surface Sampling Procedures. Prior To Sampling The Contractor Must Provide The Facility Documentation Records For The Individuals Training And Competencies To Perform Sampling. additional Contracting Requirements
certification Periodicities Shall Be Confirmed By Contractor, Post Award, And Adjusted As Necessary To Meet The Needs Of The Northport Vamc. certification And Testing Shall Conform To Usp And Osha Standards.
technician Will Disinfect And Sanitize All Equipment Brought Into The Cleanroom Suite Or Segregated Compounding Area Prior To Entry (with Preemptâ® Or Peridoxâ® (or Facility Approved Disinfectant Cleaner), Followed By Sterile 70% Isopropyl Alcohol Or As Per Current Standard Operating Procedure For The Cleanroom Suite).
contractor Will Follow Northport Vamc S Protocols For Use Of Ppe In The Classified Spaces And Understands The Risks Associated With Facilities And Equipment Designed For Storage And Preparation Of Hazardous Drugs.
the Contractor Shall Comply With Federal, State, And Local Laws, Plus And Federal Regulations As Applicable To The Performance Of This Contract; To Include Usp Chapter 797 And Usp Chapter 800. Contractor Must Obtain All Necessary Licenses And/or Permits Required To Perform The Work Herein. reporting Results For Ceta Testing (including Viable Sampling)
a General Report Documentation For All Ceta Test Results Must Be Provided Via Email Directly To The Cor (contracting Officer Representative), Chief Of Facility Management Services, Chief Of Pharmacy Service, And To The Designated Compounding Pharmacist No Later Than One Week After The Testing Is Performed. The Ceta Report Will Be A Comprehensive Informative Report Of The Certification Process Which Will Include A Statement Of Compliance Or Non-compliance Regarding The Requirements And Guidelines Outlined Respective To Ceta Application Guide. The Formal Report Will Include As A Minimum, But Not Limited To, The Following Items:
name, Address, And Contact Information For The Certifying Organization Also Listing Key Personnel With Appropriate Accreditations Including The Name Of Ceta-certified Technician Performing The Testing.
confirming Remark That Facility/equipment Was Tested In Accordance With Ceta Cag-003:2022 (or Most Current Version) And Any Other Applicable Performance Testing Standard Followed. The Most Current Version Of This Cag Must Be Referenced. Note: Usp 797 Is Not A Certification Specification. explanation Of Test Procedure Used For Data Collection And Justification For Any Deviations From Established Industry Practices Encountered During The Certification Process. a List Of Test Equipment Utilized In Data Collection. List Shall Include Make, Model, Serial Number, And Calibration Date. A Copy Of The Current Calibration Documentation For Each Piece Of Equipment Must Be Provided When Requested.
required Reporting Values Listed In Each Test Section type, Make, Model And Serial Number For Each Pec Tested
each Pec And Sec Nonviable Particulate Counts (including Sample Volume And Time) And Iso Classification
measured Air Velocity Data For Pec, Including Air Flow In Cfm, Average And Standard Deviation Of Air Velocity Measurements And Acceptance Criteria
pec Blower Setting And Pressure Gauge Reading (if Any)
for Bscs: measured Downflow Air Velocity Data, Acceptance Criteria And Pass/fail Result
measured Exhaust Damper Acceptance Criteria And Pass/fail Result
inflow Velocity Test Method, Measurements, And Results
documentation Of Results For The Video Of The Airflow Smoke Pattern Test Documenting Unidirectional Flow At Critical Sites In The Pec.
total Air Changes Per Hour (acph) For Each Sec, With Indication Of Acph Supplied By The Pecs
pressure Differentials Between Each Sec And The Anteroom/pharmacy
results Of Hepa Leak Tests For All Filters Tested, As Well As The Results Of Any Patching That Was Performed
if Leaks Were Detected And Sealed, Include A Diagram Showing Approximate Location Of Sealed Leaks
prefilter Type, Size, And Condition For Each Pec
sec Temperature And Relative Humidity
video Recording Of All Smoke Pattern Testing (airflow And Dynamic)
alarm Test Results (if Any)
a Diagram Of The Areas Tested, Noting The Approximate Location Of Air And Surface Particle Counts
any Recommendations For Hepa Replacement/hepa Lifespan microbiological Lab Analysis Reports Must Meet The Following:
the Laboratory Performing Microbial Analysis Must Be An American Association For Laboratory Accreditation (a2la)-accredited Laboratory With Iso/iec 17025 Certification For Microbiological Testing.
all Viable And Non-viable Analyzed Sampling Results Must Be Provided Via Email Directly To The Chief Of Facility Management Services, Chief Of Pharmacy Service, And To The Designated Compounding Pharmacist No Later Than 2 Weeks After Sampling Is Performed. At A Minimum, The Provided Lab Analysis Report Must Include:
the Manufacturer, Lot Number, And Expiration Date For Each Media Lot Analyzed.
date And Time Sampling Was Performed.
comments Indicating Sampling Under Dynamic Conditions.
sampling Location(s), With A Site Map Sketch Identifying Location Of Each Sample Obtained.
sampling Type And Incubation Dates, Temperature, And Duration Intervals.
quantitative Number Of Discrete Colonies Of Microorganisms On Each Media Device As Colony Forming Units (cfus) Of Bacterial/fungal Isolates. Results Equal To Or Greater Than The Action Level Will Require Immediate Notification To The Facility S The Poc(s).
recovered Organisms Identified To The Genus Level (the Pharmacy Must Be Notified Of Any Microbial Growth Immediately After It Is Identified (no Later Than 48 Hours After The Report Is Received By The Contractor From The Laboratory). determination Of Whether Lab Findings Are Actionable (e.g., Acceptable/unacceptable As Per Usp 797). response-travel- Expense Considerations
response Time- The Contractor Shall Use Commercially Reasonable Efforts To:
provide Technical Support Via Telephone To Northport Vamc On A 24/7, 365 Days A Year Schedule.
respond By Telephone To Any Report Of A Malfunction Requiring Repair Within One Hour Of Notification.
provide On-site Support Within 2 Hours Of Notification Unless Prevented By Unforeseen Circumstances.
travel Time
due To The Time Sensitive Nature Of Testing, The Contractor Must Guarantee A Maximum Two-hour Time Travel And Arrival At Facility On Scheduled Testing Dates For Any Required Testing Personnel And Equipment.
travel Expenses-
contractor Shall Be Responsible For All Service-related Equipment Shipping And Tester S Trip Expenses, Including But Not Limited To Round Trip Travel, Mileage, Meals, And Overnight Living Expenses. title To Equipment- Contractor Shall Not Assume Possession Or Control Of Any Part Of The Equipment. The Government Retains Ownership To Title Thereof. utilities- Contractor May Use Government Utilities, (e.g., Electrical Power, Compressed Air, And Water) Which Are Available And Required For Any Service Performed Under This Contract. access To Equipment- Contractor Shall Be Provided Reasonable Access To All Equipment That Is To Be Serviced And Utility Outlets Required To Do The Service. The Contractor Shall Be Free To Start And Stop All Primary Equipment Incidentals To The Operation Of The Maintained Equipment After Permission Is Received From On Duty Personnel Responsible For Such Equipment. parts And Materials- All Compensation For Parts And Materials Is Included In Contract Price. parts/supplies Quality- Parts And Supplies Provided Under This Contract Shall Be New Oem (original Equipment Manufacturer) Parts. field Service Reports- Contractor Shall Furnish A Written Or Electronic Vendor Supplied Field Service Report (fsr). place Of Performance. northport Vamc
79 Middleville Road
northport, N.y. 11768 period Of Performance.
base Plus Four (4) Option Years information Security/privacy/ Records Management
this Contract Does Not Involve Access To Va Patient/employee Information And Does Not Involve Access And/or Connection To The Va Information System. va Privacy Training For Personnel Without Access To Va Computer Systems Or Direct Access To Or The Use Of Va Sensitive Information the Department Of Veterans Affairs, Va Must Comply With All Applicable Privacy And Confidentiality Statutes And Regulations. One Of The Requirements In Va Is To Have All Personnel Trained Annually On Privacy Requirements. Privacy Represents What Must Be Protected By Va In The Collection, Use, And Disclosure Of Personal Information Whether The Medium Is Electronic, Paper Or Verbal.
this Document (20939 Training) Satisfies The Basic Privacy Training Requirement For A Contractor, Volunteer, Or Other Personnel Only If The Individual Does Not Use Va Sensitive Information Or Protected Health Information (phi) In Any Form Such As Electronic Or Paper Or Have Access To Any Va Computer System.
the Contracting Officer Representative (cor/ Cotr/ Project Manager) Is Responsible To Obtain This Training From The Contractor And To Maintain According To The Records Control Schedule (rcs 10-1).
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents
Details: Expression Of Interest
gainesville, Fl the U.s. Department Of Veterans Affairs Seeks Expressions Of Interest For Approximately
226,102 American National Standards Institute/building Owners And Managements Association (ansi/boma) Square Feet (aboa Sf) Yielding A Not To Exceed Amount Of 254,364
rentable Square Feet (rsf) Of Outpatient Clinic Space In The Area Of Gainesville, Fl. note: This Is A Readvertisement Of A Previously Posted Expression Of Interest Request. All Interested Parties, Even If They Have Already Submitted An Expression Of Interest In Response To The Previous Posting Must Respond To This Notice. notice: This Advertisement Is A Notice Of A Potential Opportunity. This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For Proposals. The Purpose Of This Advertisement Is To Identify Potential Sources And Suitable Locations And Is Not Intended To Pre-qualify Or Disqualify Any Potential Offers. The Government Will Not Pay For Any Costs Incurred As A Result Of This Advertisement. The Government Cannot Provide Any Warranty, Expressed Or Implied, As To The Accuracy, Reliability, Or Completeness Of Contents Of The Furnished Information Found Within This Advertisement; Government Is Under No Responsibility To Respond Or Answer Any Inquiries Regarding This Advertisement. Respondents Are Advised That The Government Assumes No Responsibility To Award A Lease Based Upon Responses To This Advertisement. request For Information: We Anticipate That Some Proposals May Exceed Current Authorizations. To Assist In Our Market Analysis, We Request That Interested Parties Provide Estimated Price Ranges For Their Potential Offerings. please Note:
the Current Prospectus Authorization For The Gainesville, Fl Outpatient Clinic Is A Total Unserviced Annual Cost Of $9,657,000.00 For A Lease Term Of Up To Twenty Years.
responses Exceeding The Authorized Amount Will Be Considered For Informational Purposes Only At This Stage.
va May Seek Additional Authorization Based On Market Responses.
no Award Can Be Made Exceeding Authorized Amounts Without Additional Approvals.
general Evaluation Factors That Will Be Considered Include The Following:
location
technical Quality
delivery Schedule
offeror S Qualifications And Past Performance
operations And Maintenance Plan
socio-economic Status
present Value Price disclaimer: This Eoi Does Not Commit The Government To Any Course Of Action.
data Usage: Information Provided Will Be Used For Market Research Purposes.
contracting Office Address: mr. Johnathan Taylor
united States Department Of Veterans Affairs (va)
office Of Construction & Facilities Management
office Of Real Property, (003c1e) 425 Eye Street, Nw
washington, Dc 20001 description: A Seeks To Lease Approximately 226,102 Aboa Sf/not To Exceed 254,364 Rsf Of Space And 1,300 Parking Spaces For Use By Va As A Department Of Veterans Affairs Outpatient Clinic In The Delineated Area Explained Below Within The Gainesville, Fl Area. Va Will Consider Leased Space Located In An Existing Building As Well As Land For New Construction For A Build-to-suit Lease Option. lease Term: Up To Twenty (20) Years Firm Term. delineated Area: To Receive Consideration, Submitted Properties Must Be Located Within The Following Area Described Below, Which Is Bound By The Following Roads, Or Must Front On Any Of The Following Boundary Lines: northern Boundary: E On Nw 39th Ave, And
southern Boundary: W On Se Wacahoota Rd, N On Sw Williston Rd, W On Sw 85th Ave, And
eastern Boundary: S On Ne Waldo Rd, S On Se Williston Rd, S On Sw 13th St, S On Highway 441 S, And western Boundary: N On Sw 75th St, W On Sw 24th Ave, N On Sw 91st St, W On W Newberry Rd, N On Nw 98th St additional Requirements:
offered Space Must Be Located On No More Than Three (3) Contiguous Floors.
bifurcated Sites, Inclusive Of Parking, Are Not Permissible.
the Following Space Configurations Will Not Be Considered:â Space With Atriums Or Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long/as Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage.
offered Space Cannot Be In The Fema 100-year Flood Plain.
offered Space Must Be Zoned For Va S Intended Use Or Proof That It Can Be Zoned By The Time Initial Offers Are Due, Is Required.
space Will Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building.
loading Dock Or Loading Area Is Required. Freight Elevator Required If Loading Area Is On A Different Level Than The Offered Space. Parking Lot Must Be Able To Accommodate Deliveries By Trucks With Trailers.
structured Parking Under The Space Is Not Permissible. offered Space Must Be Compatible For Va S Intended Use.
offered Space Will Not Be Considered If Located In Close Proximity To Heavy Industrial Areas.
offered Space Will Not Be Considered If Located In Close Proximity To Property With Incompatible Uses, Including But Not Limited To The Following Uses: Correctional Facilities (jails Or Otherwise), Railroad Tracks, Or Within Flight Paths If Flight Paths Are A Noise Or Vibration Disturbance.
offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Pharmacies, And Shopping.
offered Space Must Be Located In Close Proximity To Public Transportation. to Be Considered For The Market Survey, All Eoi Submissions Must Include The Following Information, If Applicable, By The Eoi Due Date Described Below: property Owner Or Owner Representative Contact Information (name, Phone, And Email);
evidence The Owner Representative Has The Authority To Represent The Property Owner; building Address Or Address/described Location Of The Land;
provide The Location On A Map, Demonstrating The Building Or Land Lies Within The Delineated Area;
description Of Ingress/egress To The Building Or Land From A Public Right-of-way; description Of The Uses Of Adjacent Properties; fema Map Providing Evidence Of Floodplain Status;
evidence Of Seismic Compliance Or Willingness To Upgrade; evidence Of Abbas Compliance Or Willingness To Upgrade;
evidence Of Fire And Life Safety Compliance Or Willingness To Upgrade;
evidence Of Sustainability Standards Or Willingness To Upgrade;
a Narrative And Map Describing Proximity Of The Building Or Land To The Nearest Public Transportation And Major Transportation Routes;
a Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction;
site Plan Depicting The Property Boundaries, Building, Parking, And Amenities;
floor Plan Showing The Floor(s) And Aboa Sf Of Proposed Space;
a Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use; a Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property; And
provide A Statement And Supporting Documentations If Available Showing Any Environmental And/or Cultural/historic Studies Have Been Done On The Property (e.g., Phase I Or Ii Esas, Nepa Environmental Assessments, Or Archaeological Surveys). set Aside Determination Information: if You Are Qualified As A Service-disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) Under Naics Code 531120 Lessors Of Nonresidential Buildings With The Associated Small Business Size Standard, You Must Meet The Requirements Outlined In The Attachment, Entitled, Sdvosb, Vosb, Or Jv Status And Submit The Required Information For A Service-disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb).
if You Are A Joint Venture (jv) And Intend To Submit An Offer As Such, You Must Provide The Following:â â evidence That The Sdvosb Or Vosb Entity Of The Joint Venture Is Certified As A Legal Sdvosb Or Vosb Entity, Your Jv Agreement Including Proper Provisions, A Unique Entity Identifier (uei) In The Jv Legal Name, The Cage Code Identified For The Jv, And Evidence Of Sam Registration Representing That The Entity Type Is Designated As A Jv.â â â if You Do Not Meet These Jv Requirements, As Put Forth By The Small Business Administration (sba) And New Code Of Federal Regulations (cfr) At The Time Of Eoi Due Date, Your Submission Will Be Considered Incomplete And Not Considered.â â
the Joint Venture (controlling Entity) Must Be Able To Clearly Show They Are Capable Based Upon Past Performance On A Project Of Similar Size, Scope Completed, And Complexity. eoi Due Date: All Interested Parties Must Respond To This Announcement And Provide The Submissions For Consideration No Later Than 4:00pm Et February 14th, 2025. eoi Submission Format: All Submissions Shall Be Sent Via Email To: johnathan Taylor va Contracting Officer
johnathan.taylor5@va.gov eric Roberts
va Contracting Officer
eric.roberts@va.gov with A Copy To: brad Seifert
team Reag (public Properties Llc)
202-652-4192
703-582-1807
bseifert@ppwashdc.com tim Mazzucca team Reag (public Properties Llc)
202-246-7349
tmazzucca@ppwashdc.com market Survey: The Estimated Market Survey Date(s) Is/are April 2025. request For Lease Proposal: The Estimated Issuance Of The Rlp Is June 2025. attachment
sdvosb, Vosb Or Jv Status the Naics Code For This Procurement Is 531120 Lessors Of Nonresidential Buildings, And The Small Business Size Standard. Responses To This Notice Will Assist Va S Office Of Real Property (orp) In Determining If The Acquisition Should Be Set-aside For Competition And Restricted To Sdvosb Or Vosb Concerns In Accordance With 38 Usc Sec. 8127. the Magnitude Of The Anticipated Construction/buildout For This Project Is: _x_ (l) More Than $100,000,000. va Makes Monthly Rental Payments In Arrears Upon Facility Acceptance And May Elect To Make A Single Lump-sum Payment Or Amortize Over The Course Of The Firm Term For Specified Tenant Improvements. Va Makes No Progress Payments During The Design Or Construction/build-out Phases Of The Project. this Is Not A Request For Proposals, Only A Request For Information For Planning Purposes, And Does Not Constitute A Solicitation. A Solicitation May Or May Not Be Issued. project Requirements: Orp Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including Design And Construction Of The Facility Described Above, For A Term Of Up To 20 Years, Inclusive Of All Options, As Well As All Maintenance And Operation Requirements For The Duration Of The Lease Term, At A Fair And Reasonable Price. More Information On Va S Requirements Can Be Found On The Solicitations And Expression Of Interest/sources Advertisements, That Are Made Public Information Via Contract Opportunities On Www.sam.gov. sdvosb And Vosb Firms Are Invited To Provide Information To Contribute To The Market Research For This Project. Sdvosb And Vosb Firms Must Be Registered In Through Sba S Veteran Small Business Certification (vetcert) At Https://veterans.certify.sba.gov. All Business Concerns Must Have The Technical Skills And Financial Capabilities Necessary To Perform The Stated Requirements. All Business Concerns Are Requested To Submit A Capabilities Statement If They Are Interested In Participating In This Project. A Submission Checklist And Information Sheet Are Provided Below For Firms To Complete And Submit, Which Will Serve As The Firm S Capabilities Statement. capabilities Statement Will Include: company Name, Address, Point Of Contact, Phone Number, Experian Business Identification Number, E-mail Address, And An Organizational Chart Showing The Ownership Percent For Each Individual Of The Sdvosb Or Vosb Firm. if You Are A Joint Venture (jv) And Intend To Submit An Offer As Such, You Must Provide The Following: Evidence That The Sdvosb Or Vosb Entity Of The Joint Venture Is Certified As A Legal Sdvosb Or Vosb Entity, Your Jv Agreement Including Proper Provisions, A Unique Entity Identifier (uei) In The Jv Legal Name, The Cage Code Identified For The Jv, And Evidence Of Sam Registration Representing The Entity Type Is Designated As A Jv. Â if You Are Qualified As A Service-disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) Under Naics Code 531120 Lessors Of Nonresidential Buildings With The Small Business Size Standard, You Must Meet The Requirements Out Lined In Accordance With Sba And Any Applicable Grace Period Allowable Under The New Sba Regulations. Sba Has Assumed Control Over The Sdvosb And Vosb Certification Process. Contractors Seeking Sdvosb Or Vosb Verification Must Be Registered On Sba S Website (https://veteranscertify.dba.gov) Notwithstanding Any Applicable Grace Period That Allows A Former Cve. if You Are Qualified As A Service-disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) Under Naics Code 531120 Provide Evidence Of Ability To Offer As A Small Business In The System For Award Management At Www.sam.gov, Including A Copy Of The Representations And Certifications Made In That System; a Detailed Summary Describing At Least Two (2) Projects Of Similar Size, Scope Completed, And Complexity In The Past Seven (7) Years That Demonstrate Your Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To A Va Project For 226,102 Aboa Sf (4-page Limit); And example For Similar Size, Scope, And Complexity: details Of Structural Systems And Coordination Of The Building With Multiple Stories, Specialized Foundations, And Even Possibly Progressive Collapse Avoidance. mechanical And Electrical Systems In Relationship To Similar Characteristic In Size.
facility Tiers Of Complexity: walk Into A Clinic With A Multitude Of Exam Rooms And Admin Spaces. business Occupancy Or Ambulatory Care: The Level Of Business Use And Number Of Ambulatory Care Occupancy In Nfpa 10 And Life Safety Code.
higher Complexity Departments. Certain Departments Are Higher In Complexity. Sterile Processing, Dental, Endoscopy, Surgery, Pharmacy Clean Rooms, And Radiology (ct Scan/mri). special Requirements Of Departments For Mechanical Requirements.
experience In The Firm Term Maintenance Of All Of These Spaces. Maintaining The Hvac System Of A Sterile Processing Department To Continue To Have Appropriate Pressurization Throughout The Firm Term Life Of The Lease. evidence Of Capability To Obtain Financing (for A Project Of This Size In Current Market Conditions) Dated Within The Last 120 Days Of Eoi Due Date. Evidence Should Be In The Company Name And In The Form Of A Conditional Commitment Funding Letter From A Verifiable Lender Or Certificate Of Deposit In The Company Name Identifying Funds Available For A Va Project In The Amount Of 226,102 Aboa Sf. (note: You Must Provide Contact Information For Verification Of Financing.) although This Notice Focuses On Sdvosb And Vosb, We Encourage All Small Businesses And Other Interested Parties To Respond For Market Research Purposes. capabilities Statement Is Attached. capabilities Statement
submission Checklist And Information Sheet gainesville, Fl Opc company Name: company Address: experian Business Identification Number (bin): point Of Contact: phone Number: email Address: the Following Items Are Attached To This Capabilities Statement:
company Name, Address, Point Of Contact, Phone Number, Experian Business Identification Number, E-mail Address, And Organizational Chart; evidence Of Sdvosb Or Vosb Registration Status Through Sba S Veteran Small Business Certification (vetcert) At Https://veterans.certify.sba.gov/;
to Be Considered A Jv, Please Attach Evidence That The Sdvosb Or Vosb Entity Of The Joint Venture Is Certified As A Legal Sdvosb Or Vosb Entity, Your Jv Agreement Including Proper Provisions, A Unique Entity Identifier (uei) In The Jv Legal Name, The Cage Code Identified For The Jv, And Evidence Of Sam Registration Representing That The Entity Type Is Designated As A Jv. evidence Of Ability To Offer As A Small Business Under Naics Code 531120 And Listing In The System For Award Management At Www.sam.gov, Including A Copy Of The Representations And Certifications Made In That System;
a Summary Describing At Least Two (2) Projects Of Similar Size And Scope Completed In The Past Seven (7) Years That Demonstrate Your Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To A Va Project For 226,102 Aboa Sf. (4-page Limit); And
evidence Of Capability To Obtain Financing (for A Project Of This Size In Current Market Conditions Dated Within The Last 120 Days Of Eoi Due Date. Evidence Should Be In The Company Name And In The Form Of A Conditional Commitment Funding Letter From A Verifiable Lender Or Certificate Of Deposit In The Company Name Identifying Funds Available For A Va Project In The Amount Of 226,102 Aboa Sf. (note: You Must Provide Contact Information For Verification Of Financing.) if Desired, The Company May Also Submit A Narrative Describing Its Capability, Not To Exceed Three (3) Pages. submitted By: ____________________________________
(print Name And Title) ____________________________________
871-880 of 888 archived Tenders