BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Site work and new construction of a mixed-use development in Erie, Pennsylvania. Design plans call for the construction of a elderly care / assisted living facility; and for site work for a elderly care / assisted living facility.

As of July 6, 2022, a designer has been selected. Construction is anticipated to take place in 2024. *The closed solicitation has been included below for reference: PRESOLICITATION NOTICE THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330 ARCHITECT-ENGINEER QUALIFICATIONS PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. THE GOVERNMENT WILL NOT PAY FOR, 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. 1. GENERAL INFORMATION The Veterans Health Administration (VHA) Program Contracting Activity Central (PCAC) is seeking sources and intends to award a firm-fixed price design contract for Architect-Engineering (A-E) services for Project 562-507 Community Living Center (CLC) - Phase II minor design located at the VA Medical Center in Erie, Pennsylvania. The A-E shall provide investigative and feasibility design services, programming services, schematic design drawings, design development drawings, construction documents, bid documents, specifications, calculations, cost estimates, narratives, permits procurement, solicitation support services, and construction period services. The A-E Services contract that is anticipated to be awarded will be procured in accordance with the Selection of Architects and Engineers Statute [formerly known as the Brooks Architect Engineer Act], Federal Acquisition Regulation Part 36.6 Architectural and Engineering Services, VA Acquisition Regulation 836.6, and VA Acquisition Manual M836.6 Architect-Engineer Services. In accordance with FAR 36.209, Construction Contracts with Architect-Engineer Firms, no contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative. 2. PROJECT INFORMATION This project is a 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The NAICS code for this procurement is 541310 Architectural Services and the annual small business size standard is $8M. (The VA has thoroughly reviewed this NAICS code and had determined that it is the correct NAICS for the work being performed.) A full design team is required to complete this project. The projected award date for the anticipated A-E contract is on or before September 23, 2021. The anticipated period of performance for completion of design is 355 calendar days after notice of award. The VAAR Magnitude of Construction for this project is between $10,000,000 and $20,000,000. 3. SCOPE OF DESIGN The purpose of this procurement is to obtain all professional Architect-Engineer (A-E) Services for the Community Living Center - Phase II Project at the VAMC in Erie, Pennsylvania. The intent is to deliver a residential care environment that provides living, treatment, and support space in a residential, home-like setting for qualified veterans. The proposed project consists of a new one- or two-story Community Living Center (CLC) building, with a partial basement to service the needs of Veteran residents. The need and/or extent of the second level area should be determined during the design process based on available site area and other functional and practical considerations. The building shall be located to the North of the existing Phase I CLC Building, with its North faAade overlooking E 38th Street, and its East faAade overlooking the new main access road to the Erie VAMC. The main Building shall be approximately 20,000 square feet (sq. ft.) to accommodate all necessary space and services to support staff and residents of the CLC Phase II. In addition to this, the A-E shall include a partial basement of approximately 3,400 sq. ft. As part of the design, the A-E shall establish an enclosed connector between the proposed CLC Phase II building and the secondary North entrance to the existing CLC Building of approximately 450 sq. ft. The A-E shall also evaluate the need to provide a covered loading and receiving area to service the new building, considering that the current CLC-NRM project will be providing such a space for the original CLC building. The A-E shall be professionally licensed in any state in the United States. The A-E is responsible for all services to complete the deliverables listed in the A-E Statement of Work (SOW) (SOW - Erie CLC Phase II Design - Final). The deliverables outlined in the SOW are inclusive of the following: Site Investigation/Programming/Conceptual Design (15%), Schematic Design 1 (25%), Schematic Design 2 (40%), Design Development 1 (60%), Design Development 2 (75%), Contract Documents 1 (90%), Contract Documents 2 (100%), Final Contract Documents, Solicitation Support Services, and Construction Period Services. Please note that the 355-calendar-day period of performance for the design completion begins with the issuance of the Notice of Award (NOA) and that a Notice to Proceed (NTP) will not be issued for the completion of a design project. The solicitation support services and construction period services will be optional items that will be exercised after the award of the construction project. The period of performance for construction period services will match the period of performance for the construction project. 4. A-E SELECTION PROCESS Firms submitting SF 330s in response to this announcement, not later than the closing date and time specified herein and in accordance with submission requirements, will be considered for initial selection evaluation. The selection process will be made using a two-phase process. Phase I consists of the initial evaluation of the provided SF 330s and determination of the highest rated firms. A minimum of three of the highest rated firms will then be shortlisted and invited to continue with Phase II of the process. All firms not shortlisted will be notified at this time. Phase II consists of interview presentations for the shortlisted firms and selection of the top ranked firm to receive the solicitation and conduct negotiations. The firms selected for the interview presentations will be notified by email of selection and provided further instructions as well as all the evaluation criteria requirements. After the interview presentations are concluded, the firms will be evaluated and the highest rated firm will be selected and sent the solicitation, and negotiations will follow. A site visit will be authorized for the highest rated firm during the negotiation process. Award selection will be made based on the results of the interview presentations and successful negotiation of rates and fees for the project, and not the SF 330 qualifications from Phase I. If negotiations are not successful with the highest rated firm, they will continue with the next highest rated firm, and so on until award can be made. Please note that during the evaluation of the interview presentations, the prior evaluation of the SF 330s will not be taken into consideration as they shall be considered separate evaluations. 5. PHASE I SF 330 SELECTION CRITERIA The following are listed in descending order of importance: Primary Selection Criteria: Professional Qualifications: Professional qualifications necessary for satisfactory performance of required service. The Technical Evaluation Board (TEB) will evaluate, as appropriate, the education, training, registration, certifications, 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. The lead designer in each discipline must be registered as required by FAR 36.609-4 and 52.236-25. The board will also evaluate resumes for all proposed key personnel. Resumes are limited to one page each and should cite project-specific experience and indicate proposed role in this contract. Offer must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement: I [signatory authority], of [company name] certify that the team proposed to perform under this requirement demonstrates the capability of 50% SDVOSB performance in compliance of 48 CFR 852.219-10. The information provided in sections C through E of SF 330 will be used to evaluate this factor. Do not include this information in section H, unless it is pertinent to support the information listed in the other sections. Specialized Experience: Specialized experience and technical competence of the firm with the type of service required. The TEB will evaluate the specialized experience on similar projects and the technical capabilities of the prime firm and any subcontractors. The TEB will evaluate, where appropriate, the effectiveness of the proposed project team (including management structure, coordination of disciplines, offices and/or subcontractors, and prior working relationships). The project team members prior experience with each other, as well as their experience in projects that are relatable to this one, will also be evaluated. Offeror must provide no more than ten (10) projects, completed or substantially completed within the past eight (8) years, that best illustrate specialized experience related to this project scope, such as medical facilities, community living centers, nursing and patient care centers, hospice care facilities, and other related projects. The information provided in sections F and G of SF 330 will be used to rate this evaluation factor. Do not include this information in section H, unless it is pertinent to support the information listed in the other sections. Capacity: Capacity to accomplish the work in the required time. The TEB will consider a 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 board will consider the full potential value of any current A/E contracts that a firm has been awarded when evaluating capacity. Offeror shall clearly state their available capacity presenting team workload percentages. Also, offeror must provide an active project list with completion percentages and expected completion date. The information for this factor shall be provided in Section H of the SF 330. Please ensure the capacity applies toward the team/personnel provided in the SF 330. Past Performance: Past performance on contracts with Government agencies and/or private industry. The TEB will evaluate the A-E s past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Offerors past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or CPARS for FACTOR 2 projects and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government, including communications with points of contact in other criteria. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being rated lower. The information for this factor shall be provided in Section H of the SF 330. If there is no CPARS data available, PPQs will be accepted. Please utilize the attached PPQ document. *PPQs should not be submitted by the evaluator to VHA PCAC directly. Completed PPQs must be incorporated into the SF 330 submission. The PPQs will be counted toward the page limitation for this submission. Locality: Knowledge of the locality, to include specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, and working with local construction methods or local laws and regulations. The information for this factor shall be provided in Section H of the SF 330. Note that the intent of this factor is to showcase a firm s understanding of the site and locality, and not where the firm is located and how they would travel to the site. Information related to the firm s location shall be provided in section H, under Secondary Selection Criteria Factor 1 - Geographic Location. 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 (RFIs) during the construction period; support of construction contract changes to include drafting statements of work and cost estimates; attendance at weekly conference calls; providing minutes of meetings between the A-E, VA, and contractors; pre-final inspection site visits; generation of punch-list reports; and production of as-built documentation. The information for this factor shall be provided in Section H of the SF 330. Secondary Selection Criteria: Geographic Location: Location of the firm, as measured by the driving distance (miles) between the Offeror s principal business location and the Erie VA Medical Center, 135 East 38th Street, Erie, PA 16504. Determination of the mileage will be based on Google Maps (www.google.com/maps/dir/). *The secondary selection criterion is used as a tiebreaker, if necessary, in ranking the most highly qualified firms following the completion of the SF 330 evaluations. The secondary selection criterion will not be applied when determining a firm s SF 330 submission Excellent, Acceptable, Good, Marginal, or Unacceptable. The information for this factor shall be provided in Section H of the SF 330. 6. PHASE II INTERVIEW PRESENTATIONS SELECTION CRITERIA In accordance with FAR 36.602-3(c), discussions will be conducted in the form of interview presentations. The selected firms will be invited to present their qualifications to the A-E TEB via Microsoft Teams. The instructions for interview presentations will be provided to the highest rated, selected firms only. Each selected firm will be evaluated based on their responses to the evaluation criteria during their interview presentation. The top-rated firm will be selected based on their rating from the interview presentations. The previous ratings from the SF 330 evaluations are not applicable during Phase II. Below are the evaluation factors for the interview presentations. All factors listed are of equal importance. Team Proposed for this Project: Provide an organizational chart of the team and discuss the roles of the key personnel for this project. If possible, include the assigned key personnel in the interview presentations. Proposed Management Plan: Address design phase quality control and plan, and construction phase quality control and plan. Explain techniques planned to control estimated cost, project schedule, quality of deliverables, and solutions for anticipated problems. Discuss constructability review process, and identify specific personnel performing constructability review for all disciplines and their qualifications and methods for managing RFIs and submittals in a timely fashion. Design Approach: Discuss your initial approach in designing a facility such as this one and how site limitations, existing conditions, climate considerations, programming, costs, and other factors will be addressed during the design process. Proposed Approach to Design Development: Discuss plan to ensure specifications and drawings are complete, accurate, all inclusive, and in coordination with each other. Discuss your approach to site investigation and coordination between All Engineering Disciplines. Provide a detail schedule showing design submission dates and completion time (using Microsoft Projects or Primavera schedule software). 7. SUBMISSION CRITERIA/REQUIREMENTS The below information contains the instructions and format that shall be followed for the submission of the SF 330 Statement of Qualifications: Submit ONE (1) SF 330 Statement of Qualifications via email to Kara A. Evert at kara.evert@va.gov. This shall include Parts I and II and any applicable attachments. The SF 330 submission is due by 2:00 PM ET ON JULY 30, 2021. The SF 330 shall be submitted in one email and have a file size no larger than 7 MB. No hard copies will be accepted. The subject line of the email shall read: SF 330 Submission - 36C77621R0170 Erie CLC Phase II Design The submission must include the SF 330, Architect-Engineer Qualifications (form is available online at http://www.cfm.va.gov/contract/ae.asp). The SF 330 submission shall not exceed a total of SEVENTY (70) pages. This includes CPARS and/or PPQs and any other relevant information. Any pages submitted by an offeror that exceed the limit will not be considered during the evaluation. Each page shall be in Arial or Times New Roman, size 12 font, single spaced. The title page, table of contents, and Part II of the SF 330 Form will NOT count toward the page limitation. A PPQ from previous projects may be submitted for this project. If significant portions of a project have been completed since the previous PPQ was filled out, a new PPQ should be submitted to accurately assess the project. *Important Note: For this procurement, all PPQs should be completed by the evaluator and returned to the A-E firm. The submitting A-E firm must incorporate completed PPQs into the SF 330 document. PPQs should not be submitted by the evaluator directly to VHA PCAC. In addition to the SF 330 submissions, firms must provide a second accompanying document that includes the following information (the accompanying document will not count toward the page limitation of the SF 330): Cage Code Dun & Bradstreet Number Tax ID Number The email address and phone number of the Primary Point of Contact A copy of the firm s Vet Biz Registry All questions shall be submitted to kara.evert@va.gov with the subject line Erie CLC Ph II Question - 36C77621R0170. The cutoff for question submission is 2:00 PM ET ON JULY 15, 2021. Questions will be answered through modification to the Pre-Sol Notice posted to Contract Opportunities at https://sam.gov/. NOTE: This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. Offers received from other than SDVOSBs will not be considered. All SDVOSBs must be listed as verified by the VA s Center for Verification and Evaluation (CVE). Offerors must be verified by CVE and visible in the Vendor Information Pages (VIP) database (http://www.vetbiz.va.gov/vip/) at the time of SF 330 Submission, Interview Presentations, and Award. Failure to be BOTH visible and verified at these times will result in the offeror being deemed unacceptable and ineligible for award. All prime firms are required to meet the NAICS code requirement specified for this project. The Contracting Officer shall verify the NAICS code in VIP and/or the System for Award Management (SAM). Failure to meet the NAICS code requirement may result in the rejection of the SF 330 submission. All Joint Ventures must be CVE verified at time of SF 330 Submission, Interview Presentations, and Award and submit agreements that comply with 13CFR 125.15 prior to contract award. SF 330 submissions received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be evaluated. All information must be included in the SF 330 submission package. It is the offeror s responsibility to check the Contract Opportunities website at https://sam.gov/ for any revisions to this announcement prior to submission of SF 330s.

Design

Elderly Care / Assisted Living

$13,554,600.00

Public - Federal

New Construction, Site Work

Our team is requesting plans for this project.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
208
Active Projects
132
Bidding Soon
1,787
All Active Projects
729
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

October 7, 2024

img_map_placeholder

135 E 38th St, Erie, PA

Find better projects. Build better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.