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 Tuscaloosa, Alabama. Conceptual plans call for the renovation of a medical facility.

As of April 4, 2022, information regarding award and award date has not been disclosed. Although a firm timeline for construction has not been determined, construction is not expected to start prior to fiscal year 2024. *The closed solicitation has been included below for reference: This request and procurement is 100% restricted to Service-Disabled, Veteran-Owned Small Businesses (SDVOSB) 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, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. THERE WILL BE NO SITE VISITS ARRANGED DURING THIS PHASE OF THE REQUIREMENT. THIS PROJECT IS SUBJECT TO AVAILABILITY OF FUNDS. 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. Federal Acquisitions Regulation (FAR) 36.6 selection procedures apply. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future contracts based on those documents. GENERAL INFORMATION: The Department of Veterans Affairs, Tuscaloosa Veterans Administration Medical Center (VAMC), is seeking sources and intends to award a firm fixed-price contract for Architect/Engineering (A/E) services for the development of complete construction documents, which include working drawings, specifications, reports, and construction period services, for Project 679-22-103, Expand Replace Direct Digital Controls. The A/E Services listed herein is being procured in accordance with the Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. All submissions will be evaluated in accordance with the evaluation selection criteria as specified herein. Point of Contact: Joseph Osborn, Contracting Officer Email: Joseph.Osborn@va.gov PROJECT INFORMATION The NAICS Code for this procurement is 541330 Engineering Services and the annual small business size standard is $16.5M. The projected award date for the anticipated A/E contract is on or before February 2, 2022. The anticipated period of performance for completion of design is 150 calendar days after Notice to Proceed. The NAICS code for the anticipated Construction project is projected to be 236220 and magnitude of construction is predicted to be between $1 Million and $5 Million. The anticipated award date of the construction phase of the project is projected to be by FY 2024. An Architect & Engineer (A/E) contract will be negotiated for the development of complete construction documents which include working drawings, specifications, reports, and construction period services. The A/E will be given written information; participate in project planning meetings, pre-proposal meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or e-mail; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. STATEMENT OF TASK/SCOPE OF WORK ** SEE ATTACHED STATEMENT OF WORK. A/E SELECTION PROCESS: Responsive firms submitting SF 330 s 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. Following initial evaluation, no less than three firms that are selected as the most highly qualified based on the selection criteria responses, will be selected for interviews. Selected firms will be notified by telephone or email of selection and provided further instructions. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member actually performing the work under this contract. SELECTION CRITERIA: Evaluation and selection of firms will be based on submissions and direct responses to the following criteria which are numbered in descending order of importance: Per FAR 36.602-1 1) Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s)). Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of two (2) specific completed projects that best illustrate the individual team members experience relevant to this contract scope. 2) Specialized experience and technical competence in the type of work required, including, where appropriate on similar projects: experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials (include Government and private Experience). Technical competence includes design quality management procedures, CADD, equipment resources, and laboratory requirements of the prime firm and any subcontractors. In addition, provide information on the effectiveness of the proposed project team (including management structure; coordination of disciplines, offices and/or subcontractors; and prior working relationships). 3) 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 4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. VISN7 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of 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). Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. 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. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. Submission Requirements: Submit a minimal of three (3) references; any of the following evaluations are acceptable: A-E Contractor Appraisal Support System (ACASS), Contractor Performance Assessment Report System (CPARS), or Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed ACASS/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). If a PPQ is submitted, but an official ACASS/CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If an ACASS/CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects. A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submitted directly to the Governments Point of Contact, Department of Veterans Affairs (10N7NLO), Attn: Joseph Osborn, Contracting Officer via email at Joseph.Osborn@va.gov, prior to the response date. A-Es shall not incorporate by references into their response ACASS/CPARS or PPQ evaluations previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Submitted ACASS/CPARS and PPQ evaluations will not be counted as part of the 30-page limitation and shall be attached to the SF330, behind the SF330 Part II document 5) Location in general geographical area of the project and knowledge of the locality of the project; The area of consideration for offeror is a 350-mile driving radius between offeror location and the Tuscaloosa VA Medical Center, located at 3701 Loop Road, Tuscaloosa, AL 35404 (Determination of mileage eligibility will be based on www.mapquest.com) Per VAAM M836.602-1 6) Subcontracting with Small Businesses - 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. 7) 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 shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. SUBMISSION CRITERIA/REQUIREMENTS: Interested firms having the capabilities to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) electronically to Joseph.Osborn@va.gov no later than 10 am Central Standard Time on January 14, 2022. Interested firms are responsible for ensuring electronic delivery of submission by the time and the date specified. It is highly recommended interested firms confirm electronic submissions have been received by the Contracting Officer. Size limits of e-mails are restricted to 5MB. If more than one email is sent, please number emails in Subjects as 1 of n . (Example: SF330 Submission, # 36C24719R0028 Project 508-19-101 Correct Critical Elevator Deficiencies 1 of n, 2 of n, etc.). All SF330 submissions shall be clearly indicated in subject line, displaying the procurement number and project title (abbreviated or shortened is okay). Interested firms are responsible for ensuring delivery of submission. All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: 1) Cage Code 2) Dun & Bradstreet Number 3) Tax ID Number 4) The E-mail address and Phone number of the Primary Point of Contact 5) A copy of the firms VetBiz Registry 6) SF 330 MUST INDICATE THE PERCENTAGE of the contract performance cost that will be expended by the prime firm s employees and in which discipline(s) and subcontracted percentage of contract performance cost to be expended (and in what disciplines). Any subcontracted or otherwise business entity must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc.). This is to assure compliance with FAR Clause 52.219-14(b)(1) Limitations on Subcontracting. Failure to provide this information may deem the Firm as nonresponsive and preclude SF 330 submittal from being included further in the evaluation process. 7) References REQUESTS FOR INFORMATON ON THIS PRESOLICITATION NOTICE: All RFIs shall be submitted to Joseph.Osborn@va.gov. The firm and or AE on staff representing the project must follow State of Georgia guidelines under State law for all licensing requirements to sign and seal drawings. Examples of information resources are: National Council of Architectural Registration Boards (NCARB): https://www.ncarb.org NOTE: In order for a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a proposed contractor, the firm must be verified and visible by VETbiz (www.vetbiz.gov) and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications AND at time of award. Failure of a proposed SDVOSB to be verified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. 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. Electronic submittals 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 considered. All information must be included in the SF330 submission package. It is the offeror s responsibility to check the Federal Business Opportunities website at: www.beta.sam.gov for any revisions to this announcement prior to submission of SF330s. 679-22-103 - A/E- Expand/Replace Direct Digital Control page 7 A/E- Expand/Replace Direct Digital Control Project No. 679-22-103 1. VA estimated A/E Cost: $245,000 2. VA estimated construction cost: $2,204,000 3. A/E completion date: FY22 4. Notifications that "as-builts" are incomplete and inaccurate. Yes, in A/E contract 5. Reviews required and dates: TVAMC: 3 VISN CAM & Safety: 1 Historical Society: No 6. Pre-bid Conference: No 7. Pre-construction Conference: No 8. Construction period service required: Yes Submittal reviews: Yes Site Visits: 4 Final inspection: 1 9. A/E reproduction of drawings: Yes 10. Construction estimates required: Yes at each submission. Preliminary: Yes With each review: Yes, each review 11. Minimum requirements for A/E submission are attached: See attachment 12. Scope of work is as follows: See attachment If area of solicitation is to be restricted. N/A (sole source task order contract) 14. A/E to provide bar chart and construction progress curve of their design schedule to complete this project: Yes Electronic (Microsoft Project) SCOPE OF WORK: The A/E team, including architects, engineers, surveyors, and professional consultants shall provide design services for the development of specifications and drawings to replace various pneumatic control systems with Direct Digital Controls (DDC). Work is to include replacing various pneumatic systems in Buildings 1, 18, 135, and 137. Buildings 1 and 137 remaining pnuematic HVAC control systems to be replaced. Building 18 Laundry pneumatic plumbing control system to be completely replaced. Building 135 remaining pneumatic HVAC control system and the pneumatic fire/smoke damper system to be replaced. Work shall include completely replacing the existing pneumatic controls, valves, or actuators they serve with DDC controls, valves, or actuators. This work will also include the appropriate reprogramming of the JCI Metasys system. Before design work is to begin, A/E shall prepare a preliminary report detailing the scope of each building s pneumatic system and a general cost estimate on replacing each system. This report shall include a general estimate of the cost savings caused by the replacement of the system. This report shall include drawings of the approximate scope of each building. Hand drawn or marked existing drawings are acceptable. After the exact scope is agreed upon, the A/E will begin the drafting of the 35% documents. The A/E is to include 35%, 65%, 95%, and 100% design submissions for design review meetings and final RTA paper and electronic files for both specifications and drawings. Also included as part of contract are construction cost estimates, all required site investigations, site visits and construction period services. Prior to assignment of any work on-site, the contractor, along with all sub-contractors, shall procure and wear VA issued ID badges at all times. The ID procedure will be discussed at the pre-con meeting. Contractor shall not take any photographs or videos without the authority of the contracting officer in writing. Contractor, along with VA personnel, shall discuss work assignments and check-in check-out procedures at the pre-con meeting. VA designated employee will escort contractor during work in patient care areas and IT closets. NOTE: Department of Veterans Affairs "as-builts" are not up to date and must be field verified. A/E will take minutes of all design review meetings and provide the Department of Veterans Affairs with a copy in 3 working days of meeting. Department of Veterans Affairs assumes no responsibility for the correctness of the current as-builts . PART I SCHEMATIC/PRELIMINARY DESIGN: Before design work is to begin, A/E shall prepare a preliminary report detailing the scope of each building s pneumatic system and a general cost estimate on replacing each system. This report shall include a general estimate of the cost savings caused by the replacement of the system. This report shall include drawings of the approximate scope of each building. Hand drawn or marked existing drawings are acceptable. After the exact scope is agreed upon, the A/E will begin the drafting of the 35% documents. Preliminary design concept submission not required, however must have initial meeting to determine general scope for 35% submission. (See requirements for 35% submission below). After submission of the 35% documents to the VA, A/E is expected to continue work as thoroughly as possible until the VA returns their comments. Work on the design should not cease during the review period. DESIGN REVIEW SUBMISSION REQUIREMENTS (35% REVIEW) Site surveys, meet with staff, and verify existing conditions. Investigate existing site location and assess conditions of all utilities/systems. Coordinate project development /renovation with station engineer and VA design group. This shall include one or more charrette meetings that include all relevant parties. If necessary, architect to provide preliminary architectural designs for coordination with the VA s end users. These designs shall be used in a coordination meeting with the end users to determine specific requirements. 35% documents should incorporate these requirements within reason. Listing of Spec. Sections for Construction Documents Provide impact statements in regards to relocation of utilities, system modifications, and functions. Discuss/develop list of equipment relocation s, salvage, and new installations. Provide input for determining which type of bidding process the VA should use i.e. competitive, 8a set aside, competitive 8a bid, etc. Future estimates for construction shall be base on selected bid process. Preliminary single line construction documents showing building and equipment layouts, schedules showing general information, schematics, general details and notes, and any other information necessary to assess that the AE team and VA agree on the project requirements. Cost estimate 2 copies Site (35% complete) (2) blue line copies (2 half size) If necessary, develop VISN CAM submittal package to include drawings, estimates, report, space drawings, etc. on the selected option. (1) package. If necessary, develop State Historical Preservation Office (SHPO) submittal package to include drawings, estimates, report, space drawings, etc. on the selected option. (1) package. Reference VA program guide H-08-15 AE Submission Requirements for specs, drawings, and estimate. Part II. Construction Documents DD, and CD Develop construction documents (drawings, equipment specifications, etc.). The development of construction documents will be done in accordance with all VA criteria and construction standards including the VACO Physical Security Design Manual for Life Safety Protected facilities (See submission requirements below). Scale shall be indicated by note and by graphic scale on each drawing. The drawings scales shall be both numeric and metric. Plan sheets shall have north arrow indications. Section symbols shall note the sheet location of detail involved. Details other than standard details shall note the sheet number and drawing location of detailed features. Where a portion of a plan or elevation appears on a sheet, a key plan shall be provided to show the location of the portion with aspect to the other portion. The relationship of details, plans, elevations and sections shall be indicated by cross-reference. Standard abbreviations, identical to any listed in the specifications for the same item, shall be used when possible. Equipment capacities, if required shall be carefully delineated to distinguish between new, existing and replacement items or work. All drawings shall be carefully delineated to distinguish between new, existing and replacement items or work. All drawings shall reflect the detail and accuracy of the percent design complete. Contract drawings shall be on paper reproducible. These specifications shall be developed using VA Master Specs and shall reflect the accuracy and detail of the percent design complete. All drawings to be in Auto-cad (release 2018 or later) and turned over to the Department of Veterans Affairs on CD-R recordable discs (80 min./ 700 MB or greater storage and to be submitted via email. Drawing scale shall be both metric and numerical. Both dimensions shall be detailed on all drawings. DESIGN DEVELOPMENT SUBMISSION (65% REVIEW) DD Cost estimate - 2 copies Drawing (65% complete) (3) blue line copies (3 half size) Specifications (65% complete) 1 copy Coordinate design development with station engineer and VA design group. This shall include one or more charrette meetings that include all relevant parties. This meeting shall be focused on resolving any issues not captured in the 35% design. 65% construction documents to have fully architectural drawn plans that would only require minor alterations and engineering plans are to be 50% complete. 65% documents shall incorporate the responses and suggestions of the VA design group and SHPO. Discuss/develop final list of new equipment plan, demolition plan, and hazardous waste removal plan (if necessary). If necessary, develop Fire Protection and Life Safety review submittal package to include drawings, estimates, report, space drawings, etc. on the selected option. (1) package. Reference VA program guide H-08-15 AE Submission Requirements for specs, drawings, and estimate. DESIGN DEVELOPMENT SUBMISSION (95% REVIEW) DD Cost estimate - 4 copies Drawing (95% complete) (3) blue line copies (3 half size) Specifications (95% complete) 1 copies 95% construction documents should be fully complete to the best of the architect and engineers abilities. The construction documents should require only minor alterations to meet the VA s staff s needs. 95% documents shall incorporate the responses and suggestions of the Fire Protection and Life Safety review. Reference VA program guide H-08-15 AE Submission Requirements for specs, drawings, and estimate. CONSTRUCTION DOCUMENTS SUBMISSION (FINAL DESIGN 100%) CD Detail Cost estimate - 2 copies Drawing (100% complete) - 3 blue line copies (3 half size). Specifications (100% complete) 2 copies. List of Submittals A/E to provide full size Mylars for reproduction after completion of the project and will include all redlined deviations to the project accepted by the A/EVA signatures plus 2 blue line copies (1 full size & 1 half size). Provide contract drawings on CD-R recordable discs (Auto Cad Release 2018 or later) Reference VA program guide H-08-15 AE Submission Requirements for specs, drawings, and estimate. PERIOD OF PERFORMANCE: Total: 150 Calendar Days Design Kick-off/ Charette: Notice To Proceed (NTP) and Kick Off meeting. Design Charette to be held and on site investigation to occur. Start of Project Evaluation: Contractor to conduct a thorough evaluation of the elevators in the specified buildings. As soon as possible, the A/E is to deliver the report within the 30 day period and hold a meeting to discuss the results with the VA team. After an agreement is reached, the A/E is to proceed on with the 35% design submission. 30 days 35% Design Submission: First design material (35%) completed and submitted to Contracting Officer no later than 25 days after notice to proceed (NTP) by the Contracting Officer. 25 days 35% Design Review: Review first design material (35%) with Contracting Officer and VA facility (upon receipt of feedback from Contracting Officer). 10 days 65% Design Submission: Second design material (65%) completed and submitted to Contracting Officer no later than 60 days after NTP by the Contracting Officer. 25 days 65% Design Review: Review second design material (65%) with Contracting Officer and VA facility (upon receipt of feedback from Contracting Officer). 15 days 95% Design Submission: Third design material (95%) completed and submitted to Contracting Officer no later than 95 days after NTP by the Contracting Officer. 25 days 95% Design Review: Review third design material (95%) with Contracting Officer and VA facility (upon receipt of feedback from Contracting Officer). 10 days RTA Design Submission: After completion and approval of 95% design documents, submit RTA s with CD of final package within 10 days. 10 days RECORDS AND INFORMATION MANAGEMENT Upon completion or termination of the applicable contract(s) or agreement(s), return and/or destroy, at Covered Entity s option, VA information gathered, created, received, or processed during the performance of the contract(s) or agreement(s). No data will be retained by Business Associate, or contractor, subcontractor, or other agent of Business Associate, unless retention is required by law and specifically permitted by Covered Entity. As deemed appropriate by and under the direction of Covered Entity, Business Associate shall provide written assurance that all VA information has been returned to Covered Entity or destroyed by Business Associate. If immediate return or destruction of all data is not possible, Business Associate shall notify Covered Entity and assure that all VA information retained will be safeguarded to prevent unauthorized Uses or Disclosures. Prior to termination or completion of this contract, contractor/subcontractor must not destroy information received from VA, or gathered/created by the contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract. The method of contractor selection has not been determined at this time.

Conceptual

Medical

$2,449,000.00

Public - Federal

Renovation

Our team is requesting plans for this project.

Subscribe For Documents

2 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
67
Active Projects
41
Bidding Soon
561
All Active Projects
235
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.

January 13, 2023

img_map_placeholder

3701 Loop Rd, Tuscaloosa, AL

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.