Skip to main content

An official website of the United States government

You have 2 new alerts

A&E: Upgrade Existing OR Suite for Fire Code Compliance Project 546-22-143

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Jan 18, 2024 12:18 pm EST
  • Original Published Date: Jun 16, 2023 03:42 pm EDT
  • Updated Response Date: Jun 26, 2023 01:00 pm EDT
  • Original Response Date: Jun 26, 2023 01:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jul 11, 2023
  • Original Inactive Date: Jul 11, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Miami , FL 33125
    USA

Description

This is a Pre-Solicitation Notice for project number 546-22-143 that requires Architect and/or Engineering (A&E) Design Services to “Upgrade Existing OR Suite for Fire Code Compliance” at the Miami VA Healthcare System (MVAHCS), 1201 NW 16th Street, Miami, FL 330125. This project is 100% Set-Aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB). The NAICS code for this procurement is 541330 “Engineering Services” and the annual small business size standard is $25.5M. This project requires a full design team to complete this project. The projected award date for the anticipated A&E contract is on or before August 30, 2023. All information needed to submit SF330 documents is contained herein. The magnitude for construction (not design) of this project is between $100,000.00 and $250,000.00.
Federal Acquisition Regulation (FAR) 36.6 selection procedures apply. The architectural/engineering sources listed herein are being procured utilizing the Selection of Architects and Engineer’s statute, also known as the Brooks Act or Qualifications Based Selection (QBS), FAR Part 36.6, Veterans Affairs Acquisition Regulation (VAAR) Subpart 836.6, and Veterans Affairs Acquisition Manual (VAAM) Subpart M836.6. All submissions will be evaluated in accordance with (IAW) the evaluation criteria identified in the Selection Criteria. At least three (3) of the firms deemed to be the most highly qualified, after initial source selection, will be chosen for discussions/interviews. Firms will be selected based on demonstrated competence and qualifications for the required work as submitted. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating in any future construction contracts based on those documents.

The Government is seeking an A&E firm to provide all professional services required for the design of complete construction documents (i.e., working drawings, specifications, reports, estimates, and construction period services) for Project Number 546-22-143 entitled: Upgrade Existing OR Suite for Fire Code Compliance, in accordance with items herein specified. Construction document tasks will include, but will not be limited to, preparation and/or performance of reports, specifications, rendering, working drawings, site visits, meetings, meeting minutes, phasing/scheduling, and other related information and services. The A&E firm shall furnish services for schematic design, design development, and construction documents. The anticipated scope is defined here for reference and final confirmation needs to be coordinated with the Government. See attached statement of work for more detailed information.

Contact Information

Contracting Office Address

  • 8875 HIDDEN RIVER PARKWAY
  • TAMPA , FL 33637
  • USA

Primary Point of Contact

Secondary Point of Contact

History