BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a mixed-use development in N Providence, Rhode Island. Design plans call for the renovation of a medical facility; and laboratory facility.

Contract Award Date: Apr 04, 2022 Contract Award Number: 36C24122C0042 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: Contractor Awarded Name: PARADIGM ENGINEERS AND CONSTRUCTORS, PLLC Contractor Awarded Address: Louisville, KY USA Base and All Options Value (Total Contract Value): $151614.46 SPECIAL NOTICE: FOR SUBMITTING FIRM S SF 330 QUALIFICATIONS NAICS Code: 541330 Engineering Services (Small Business size standard $16.5 million dollars) INTRODUCTION: This is not a Request for Proposal (RFP) document; therefore, the VA is not requesting cost or pricing information at this time. The purpose of this Special Notice for Qualifications is to provide instructional guidance to assist Firms with completing their SF 330 Form and any supporting documentation. This is a request for SF 330 Architect/Engineer (A/E) Qualification packages only. B. GENERAL PROJECT INFORMATION: The VA Medical Center, 830 Chalkstone Avenue, Providence, RI 02908, has a requirement for a Firm Fixed Price Contract to provide Architect/Engineer (A/E) Professional Engineering Services to repair and upgrade the Clinical Lab HVAC system to provide adequate temperature control (cooling and heating), proper air flows, pressurizations, and humidification/dehumidification as well as to accommodate future laboratory expansion and equipment installations such as negative air specimen examination hoods, each of which exhaust several hundred cubic feet per minute of air from the lab. MAGNITUDE OF CONSTRUCTION: The Magnitude of Construction is between $100,000 and $250,000. SET-ASIDE INFORMATION: This acquisition is a total set-side for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) in accordance with VAAR 852.219-10, and with NAICS Code 541330. Any subsequent award will require the firm to be registered on the System for Award Management (SAM) website accessible at https://sam.gov/content/home and the VETBIZ site accessible at https://vetbiz.va.gov/basic-search/. VETBIZ will be used by the VA to determine each Firms SDVOSB/VOSB status. Therefore, each Firm must be registered with NAICS Code of 541330 at the time that each Firm submits their SF 330 package to the VA. LIMITATIONS ON SUBCONTRACTING: Prospective firms are reminded that in accordance with FAR 52.219-14, Limitations on Subcontracting, at least 50 percent of the cost of personnel for contract performance shall be spent for employees of the concern. SF 330 packages shall address how each firm anticipates meeting these criteria. This requirement is in accordance with Federal Acquisition Regulation (FAR) Subpart 36.6 Architect-Engineer Services the VA Acquisition Regulation (VAAR). All submissions will be evaluated in accordance with the evaluation criteria. The Government will not pay, nor reimburse, any costs associated with responding to this SF 330 Notice. The Government is under no obligation to award a contract as a result of this announcement. Respondents are put on notice that firm(s) selected by the Selection Authority will be required to submit a Fixed Price Proposal to include labor, overhead, profit, and other costs for this project for negotiation by the Contracting Officer prior to contract award. The negotiated agreement will be incorporated into the resulting contract. SELECTION EVALUATION CRITERIA: Each Firm s completed SF 330 submittal package will be evaluated in accordance with FAR 36.6 procedures, and the below Selection Evaluation Criteria. Evaluation Criteria are listed in Descending order of importance: Professional Qualifications Specialized Experience and Technical Competence Past Performance Capacity Branch or Main Office in geographical area near Providence RI VAMC Experience in Construction Period Services DESCRIPTION OF SELECTION EVALUATION CRITERIA: A description of the six (6) Selection Evaluation Criteria that each Firm must respond to within their SF 330 submittal are provided below. PROFESSIONAL QUALIFICATIONS Professional Qualifications are necessary for satisfactory performance of required services. At a minimum, the responding Firm must describe their professional qualifications and how many years of experience Firm has in providing services in the required disciplines. Three (3) to five (5) years of experience is preferred in the HVAC repair discipline. This project may include, but is not limited to the following disciplines: Architecture Civil/Site engineering Structural engineering Mechanical engineering Electrical engineering Plumbing engineering Fire Protection engineering Hazardous materials mitigation /abatement Provide brief resumes describing professional qualifications of the Firm s proposed team members, who will specifically serve as Supervisors, Project Managers, Designers of Record, or frequent subcontractor(s) who will perform technical tasks associated with this Project. All proposed team members shall have the minimum education, training, experience, registrations, and/or certifications. NOTE: Key Personnel who the Firm proposes for this Project must be the same team members who will work under the resultant Contract. Any substitution of Key Personnel must receive prior approval from the VA Contracting Officer. Each Firm must complete and the include following SDVOSB Compliance Statement along with their SF 330 submittal package. This statement applies to personnel who will perform work under the resultant Contract. I [signatory authority]______________________, [company] __________________ certify that the team proposed by this Firm will perform A/E services described under this requirement, and demonstrates the capability of 50% SDVOSB performance in compliance of 48 CFR 852.219-10. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Use SF 330 to demonstrate Specialized Experience and Technical Competence designing and upgrading similar types of specialized HVAC systems , which includes special focus on the Firm s experience in specialized HVAC systems to provide reliable, constant heating and cooling temperature control and regulation, humidification/ dehumidification control, pressurization control, and filtration in strict compliance with the latest VA clinical laboratory and industry standards, (Refer to attached Scope of Work). Provide a detailed narrative of up to three (3) (maximum) relevant Projects completed within the last five (5) years which best illustrates overall team experience relevant to the attached Scope of Work. Include Government and private experience on HVAC Projects similar in size, scope, and complexity. The relevant Contracts and Projects should demonstrate Firm s ability to meet core requirements identified in the attached Scope of Work. The VA Evaluation Panel may also consider the management approach, coordination of disciplines and subcontractors, quality control procedures, prior experience of the prime firm and any key subcontractors collaboration process, the familiarity with Planning Information Standards described in the Scope of Work related to this Project. PAST PERFORMANCE Past performance is described as contracts and projects with Government agencies and private industry for recent and relevant contracts and projects; in terms of cost control, quality of work, and compliance with performance schedules. Recency is defined as performance occurring within 5 five years of the date of this Notice, except that ongoing Contracts/Projects must have begun no less than one (1) year prior to the issuance of this Notice. Relevancy is defined as past performance of work on Contracts/Projects that are similar in scope and complexity to the type of Contracts/Project anticipated under the resultant contract. Contractor Performance Assessment Reporting System (CPARS) data, or PPQs (if no CPARS data is available) must be submitted with Firm s SF 330 package. CPARS data and PPQs do not count toward the page limitation.A Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources.A If there is no CPARS data available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document. The following information must be included for each Past Performance submittal that Firm submits with their SF 330 package: Contract/task order number Project title Prime firm Start and completion date Construction dollar amount Evaluations may also include additional performance related from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS The Government also reserves the right to evaluate Past Performance on previously awarded Federal Task Orders and any other information available. Additionally, the Government may review the Firm s previous ability to meet the 50% SDVOSB performance requirement on other Task Orders.A NOTE:A It is recommended that each of your Firm s Past Performance references are aware that they will be contacted by the VA NCO 1 Contracting Office. CAPACITY The Evaluation Panel will consider the Firm s plan and ability to meet the schedule of the overall project, as well as the available capacity to provide personnel that match the key disciplines for this HVAC Project. Provide the available capacity of required disciplines by providing current project workload, inclusive of all projects awarded during the previous twelve (12) months and the full potential value. GEOGRAPHICAL LOCATION Provide Name and Address of your Firm s branch or satellite office that is nearest to the geographic area of the Providence, RI VAMC (this is where services will be performed). Provide Firm s familiarity with traveling to the VAMC, Providence, RI, and surrounding areas of the New England Region; or how Firm plans to become familiar with the area where services will be performed (as climate and roadway conditions in the New England region that can adversely impact a Firms ability to respond quickly to unforeseen conditions). EXPERIENCE IN CONSTRUCTION PERIOD SERVICES Describe experience in providing services during the construction period, for projects similar in scope and complexity, which may include, but may not be limited to the following: Professional field inspections during the construction period. Review of construction submittals, request for information. Support in answering requests for information during the construction period. Support of construction contract changes to include drafting statements of work, revising drawings and plans, and developing cost estimates. SF 330 QUESTIONS AND COMMENTS: All questions and comments in response to this SF 330 Qualifications Notice must be submitted in writing only. Oral/telephone questions will not be accepted or answered. Deadline for submitting written questions to the VA is: Wednesday, September 29, 2021, by 4:30 PM ET. Questions and comments regarding this notice must be submitted by email only to pearl.wray@va.gov. DATE AND INSTRUCTIONS FOR SF 330 SUBMITTAL: The entire SF 330 submittal packages, including Past Performance Questionnaires, shall be submitted to the VA by Monday, October 18, 2021 by 4:30 PM ET. Each Firm that responds to this SF 330 Notice is responsible for ensuring that the entire SF 330 package, to include any revisions, and modifications to Firms submittal is submitted by the time shown above under Section I. a. All interested and qualified Firms are required to submit one (1) electronic copy via email to pearl.wray@va.gov. If file size exceeds 7 MB, then each Firm is required to send multiple emails, and please use email subject line indicate how many emails are related to Firms total submittal (e.g., 1 of __, 2 of __, etc.). Current SF 330 form is available on-line at: https://www.gsa.gov/forms-library/architect-engineer-qualifications Please be specific with all information (i.e., please do not merely state that information is incorporated by reference ). Responding Firms must address all six (6) of the Selection Evaluation Criteria described within this Notice. The entire SF 330 package is limited to fifty (50) pages. With the exception of the below items, pages that exceed the Fifty (50) page limit will not be considered or evaluated by the Evaluation Panel. The following items are excluded from the fifty (50) page limitation: Cover letter. Table of contents. Past Performance Questionnaire submittals. Do not include photographs with SF 330 submittal; however, drawings may be submitted if needed to support any portion of Firms SF 330 submittal. Telephone or Fax inquiries (questions and/or comments) will not be accepted. CONTENTS OF FIRM S COMPLETED SF 330 PACKAGE SUBMITTAL: Each responding Firm must use the attached Scope of Work, and the most current SF 330 Form to address the requirements within this Notice. A complete SF 330 package must include the following items: Cover letter and at a minimum must include the following: Firm s Legal Name, and DBA (if applicable), and full physical address, can also include mailing address. Firm s DUNs number. Response Date (date Firm s SF 330 is submitted to the VA). Include Number and Title of this Notice 36C24121R0230, HVAC Repair in Clinical Lab . Completed all Sections of both Part I and Part II of the SF 330 Form. Please use N/A if any Sections of Parts I and II are not applicable (please do not leave any Sections blank). SF 330 package shall address how each firm anticipates meeting Limitations on Subcontracting criteria described under Section E of this Notice. SF 330 submittal packages that do not clearly and specifically address the six (6) Selection Evaluation Criteria described in this Notice may be deemed unacceptable and removed from consideration. Past Performance Questionnaire, and/or CPARs Information. Compliance Statement shown at the end of Section G. Late responses are considered any SF 330 submittal that is submitted by the Firm, after the exact date and time outlined above under Section I a. Any SF 330 submittal package, modification, or revision to the SF 330 package that is not received at the designated VA email address before or at the exact time specified above under Section I a., may be deemed Late and may not be considered. Responding Firms must clearly label any supporting information and attachments with their SF 330 submittal package. K. FAR and VAAR CITES: The FAR and VAAR citations referenced in this Special Notice can be accessed via the following websites: FAR: https://www.acquisition.gov/far/index.html VAAR: https://www.va.gov/oal/library/vaar/ L. ATTENTION ALL SDVOSB CONCERNS: The below information in this section is informational and describes what the term similarly situated VIP-listed subcontractor (SDVOSB concern) means. "Similarly situated" pertains to other firms with whom you contract. "Similarly situated" means Firms that are (just like your firm, i.e. VIP-listed SDVOSB concerns) in theA same, identicalA socio-economic program as your Firm (namely, the VIP SDVOSB program): This is a 100% SDVOSB set-aside under 852.219-10. Pursuant to 38 U.S.C. 8127(k)(2), prior to award of any contract under this SF 330 Special Notice, your SDVOSB concern shall certify its compliance with the Limitations on Subcontracting (LOS) set forth in this SF 330 Special Notice, and in 13 CFR 125.6. For your AE concern, this means that you will not pay more than 50% of the amount paid by the government to you to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10. Any work that a similarly situated VIP-listed subcontractor (SDVOSB concern) further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent that the costs are not the principal purpose of the acquisition and to the extent that small business concerns do not provide the service as set forth in 13 CFR 125.6. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Design

Laboratories

$151,614.00

Public - Federal

LEED Certification, Renovation

We’ve obtained documents for this project and are currently processing them.

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
385
Active Projects
192
Bidding Soon
2,926
All Active Projects
1,283
Updated Recently

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 24, 2022

img_map_placeholder

830 Chalkstone Ave, N Providence, RI


The best commercial construction data available. Period.

Access 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.