Skip to main content

An official website of the United States government

You have 2 new alerts

C1DA-- Project 619A4-23-105 AE Design Renovate Building 10

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 (Original)
  • Original Published Date: Jun 24, 2022 04:35 pm EDT
  • Original Response Date: Jul 25, 2022 01:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 01, 2022
  • 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:
    ,

Description

THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT/ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE WILL BE ISSUED IN THIS PHASE. ARCHITECT-ENGINEERING (A/E) DESIGN SERVICES: 1. 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 # 619A4-23-105 Renovate Building 10 at Tuskegee, AL at the Central Alabama Veterans Health Care System 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. 2. Network Contracting 7 VA Facilities locations include: Central Alabama Veterans Health Care System West Campus, 215 Perry Hill Rd Montgomery, AL 36109 Central Alabama Veterans Health Care System East Campus, 2400 Hospital Rd Tuskegee, AL 36083 3. This acquisition is a 100% set aside for Small Disabled Veteran Owned Small Business. a. 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 852-219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. b. 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 Department of Veteran Affairs (VA) Office of Small & Disadvantaged Business Utilization (OSDBU) Vendor Information Pages (VIP), VETBIZ (www.vetbiz.va.gov , 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 https://www.dol.gov/agencies/vets/programs/vets4212. Failure of a prospective SDVOSB to be verified by the Center for Veterans Enterprise (CVE) at the time the SF 330 is submitted shall result in elimination from consideration. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award. 4. Contract Information: A Firm Fixed Price A/E Design service contract is contemplated for Project # 619A4-23-105 Renovate Building 10 The estimated magnitude of construction for this project is between $5,000,000 to $10,000,000. The estimated/target design completion period is 270 calendar days after issuance of Notice to proceed. The NAICS code for this acquisition is 541330, Engineering Services with a size standard of $22.5 million. 5. 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 CAVHCS 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 CAVHCS- East Campus 2400 Hospital Rd, Tuskegee, AL 36083. Eligible prime contractor firms must have a main and/or branch office geographically located within the 400 mile radius. Offers outside the 400 mile radius will not be considered.  (Determination of mileage eligibility will be based on upon google maps )   6. Project Information/Statement of Tasks: The AE shall provide all labor, equipment, materials, and incidentals to deliver Professional (PE) Architectural/Engineering services to design renovate Building 10. Building 10 was built in 1923 and is currently vacant. Following renovation, the area/building will be occupied for Community Care and all CAVHCS Call Center supporting operations. This project is to be a complete renovation of the area to include abatement of all hazardous materials and demolition of all existing utilities. Design includes areas existential to the footprint for mechanical and service systems. Demolition of the existing building includes but is not limited to the removal of all finishes, fixtures, interior walls, floors, lighting, electrical distribution, HVAC equipment, roof, fire/alarm systems, IT systems, plumbing and others HVAC, electrical, plumbing systems, and mechanical rooms shall be surveyed and evaluated, by A/E, to ensure they will meet the requirements of the renovated space and meet VA design guide requirements. AE will design new mechanical, electrical, and plumbing systems where need to meet VA standards. Utilize LED interior lighting with occupancy, and daylight sensors. A/E to work closely with the end user and VA facilities staff to develop an efficient and functional space within VA guidelines. The architectural / interior design is to be closely coordinated with the VA Interior Designer. A/E to design and show all infection control / dust prevention measures required. A/E to assess and design any asbestos abatement such as pipe lagging, floor tile and mastic. Design must ensure proper life safety, including egress, proper fire/smoke compartmentation, fire alarm, sprinkler system, etc. Construction period services and site visits to be provided for the construction project. .7. Selection Criteria: The A/E Source Selection Team shall utilize the following selection criteria listed in descending order of importance: 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 license board.  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 to accomplish work in the required time. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Location in general geographical area and knowledge of the locality of the project and 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-miles radius. 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. or Use of Service-Disabled Veteran Owned Small Business 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 and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (Awards, Outstanding Merits, Recommendations) Specific experience and qualifications of personnel proposed for assignment to the project. 8. Selection Procedures: a. 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. b. 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. c. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and Contracting Officer knowledge of current project performance. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being removed from consideration. d. 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. 9. Submission Requirements: a. 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 shall be used: (1) Cover Page with Solicitation Number, Project Title (2) Table of Contents (3) SF 330 s (4) Acceptability under other appropriate evaluation criteria, i.e., SF 330, Section H. (5) Copy of Current A/E state Engineer/Architect License (6) Copy of current vetBiz.gov SDVOSB certification (7) Unique Entity ID (UEI): (8) Tax ID number (9) The E mail address and Phone number of the Primary Point of Contact. b. 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 (if any) no later than (NLT) Jul 25, 2022, at 1:00 p.m. EDT . Email capacity is limited to five (5) to seven (7) megabytes (Megs). c. All SF330 submittals and questions must be sent electronically to the attention of Margaret Yeaton, Contracting Officer at margaret.yeaton@va.gov . Please provide 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 n . Submittals received after the date and time identified on page one (1) will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. All information must be included in the SF330. d. 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. e. All questions regarding this announcement must be emailed to the contracting officer Margaret.yeaton@va.gov no later than Jul 18th , 2022by 1:00 p.m. EDT to allow time to respond. 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.

Contact Information

Contracting Office Address

  • ONE FREEDOM WAY
  • AUGUSTA , GA 30904
  • USA

Primary Point of Contact

Secondary Point of Contact





History