BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Demolition, site work and new construction of a civil project in Canandaigua, New York. Conceptual plans call for site work for a water / sewer project; for the construction of a water / sewer project; and for the demolition of a water / sewer project.

DESCRIPTION: This is a Sources Sought-Pre-Solicitation Notice for the establishment of an Architect-Engineering (A-E) contract with services to be performed at the Canandaigua VA Medical Center, 400 Fort Hill Avenue, Canandaigua, NY 14424. This requirement is 100% set-aside to Small Disabled Veteran Owned Small Business (SDVOSB) firms. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330s. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, scroll down to locate and click on the SF-330 hyperlink entitled, Architect-Engineer Qualifications. VA intends to award an Architect/Engineer contract for complete design services (preliminary concepts and layouts, program development, investigative services, preparation of contract drawings and specifications, cost estimating services, and construction period services) for the Design Connect Force Main to County Sewer, Project# 528A5-22-507. The area of consideration is restricted to firms with offices and key personnel to be assigned to the design located within a 600-mile radius of the Canandaigua VAMC site as indicated by a mapquest.com driving directions search from the prime designer s address listed. The address of the prime designer can be the main office address listed in Vetbiz location or secondary site of the prime designer with a physical address (no PO Box). It may not be the office of another company or subcontractor. The estimated construction cost for this project is between $1,000,000 and $2,000,000. The NAICS code for this procurement is 541330 (Engineering Services). The small business size standard for NAICS 541330 is currently $16.5 million. Written questions pertaining to this requirement should be submitted no later than 1:00 PM Eastern Time, June 23, 2022, to Tanya.Baldwin@va.gov. Interested firms should submit their current SF-330, Parts I and II, to Tanya.Baldwin@va.gov. The SF-330s are due no later than 1:00 PM, EDT, July 19, 2022. The general scope of this project is to provide AE design services for the Connect Force Main to County Sewer project. Work includes designing a new lift station thru a new force main to a new gravity system. The design shall provide the decommissioning of the existing Wastewater Treatment Plant. (WWTP). The design needs to include design of the wastewater from the VA gravity system be pumped via a new lift station thru a new force main to a new gravity system both of which run along County Road 21. Design must give clear path of new system to the county and clear location of lift station and new force main. The design must show abandoning of old lines and decommissioning of old WWTP. Design must show details of electrical requirements for new lift station. All designs will follow, but not be limited to, VA Space Planning Specifications, in conjunction with the VA Master specifications as outlined in VA Handbook 7610. The design will be completed in a manner such that the estimated construction cost is within the VA budget of $1.5 million. EXISTING CONDITIONS The Canandaigua VAMC is a campus style facility with many (more than 30) buildings located on over 150 acres. Many of the facility buildings are included on the historic register, and where necessary the renovations will comply with the requirements of the NYS SHPO. A/E SCOPE OF SERVICES Provide investigative and schematic design services, construction documents, working drawings, specifications, cost estimate, shop drawing review and construction period services as required to construct the new force main to tie into Ontario County sewer, and decommissioning of the existing WWTP. Provide a detailed asbestos and lead survey so as to construct an NFPA/Life Safety Code and an all-building code compliant project, if applicable. Services will include all Site/Civil, Electrical or other Engineering or Architectural work associated with this project. Provide for necessary additions and relocations of all utilities to support the project and operations outside the construction area. All aspects of the design must adhere to the design manuals posted on the VA technical information library (see below). Final design submission shall include phased drawings of all abatement, demolition, and construction work as required to allow the continuous use of all of the floors and areas associated around each construction area. Provide contract specifications utilizing as a template the VA Master Specifications available at www.cfm.va.gov/TIL/. Edited specifications are to be provided to the Canandaigua VAMC electronically by either email or on a CD rom. All edited specifications shall be edited to the specified project and have all impertinent specs and information removed. The designer shall provide to the VAMC a comprehensive electronic spreadsheet listing, by specification, all required submittals for the project for use as a submittal log. The designer shall use a submittal exchange system to be used during construction and remain active for 2 years after construction is complete. Attend design review meetings and make all necessary site visits during design to gather information necessary from the existing sites, building plans, utility plans, etc. to provide a complete assessment of the proposed work. This should include an identified number of visits included in the proposal. The VA shall provide access to hardcopy files of existing drawings, and the AE shall perform all searches of these files for any required reference materials to support design efforts. Assess the intent and scope of this project and work with the Medical Center staff to develop a final design and cost estimate to best suit the needs and constraints of the government, while incorporating VAMC Canandaigua Engineering Service, VA Network 2, or any other government comments. The design must, at a minimum, be in accordance with all applicable codes indicated in the Department of Veterans Affairs (VA) Design Manuals and VA Publications (Master Construction Specifications, Construction Standards, National Fire Protection Association (NFPA), Underwriters Laboratory, International Building Code IBC 2003, NFPA and National Electric Code (NEC), building codes and standards, and VA Information Security Handbook 6500.6, etc.). A/E Design Deliverables: The deliverables below are required: DESIGN: Conceptual (0%) a. Initial site visit to become familiar with VA Facilities personnel, the site and site conditions. b. Concept design and recommendations defining the design approach. c. Confirm design approach, deliverables and schedule. Design Development (30%) a. Meetings as required. At a minimum, AE shall hold separate meetings independently with stakeholders for input/requirements (trades, IT/EMS/end user) b. Site investigation and surveys. Include written description of identified site obstructions and plans for joining to old work. c. Analysis of subject utility services. d. Schematic Design Plans to include at minimum floorplan layout options. e. Schematic level cost estimate for budget check. Mid-Design (60%) a. Advanced design and architectural/engineering planning. b. Outline specifications. c. 60% Drawings of existing subject utilities. d. Repair and Replacement draft drawings. e. Draft specifications. f. Preliminary cost estimate, schedule of submittals. g. Site survey reports and analysis. h. Response to previous submittal review comments. Un-Reviewed Final Design (90%) a. Complete submittal of design drawings, specification and cost estimate for final review. b. Prior to the submission of the un-reviewed final drawings and specifications, the Project # 528A5-22-507 the Architect Engineer shall conduct a narrative walk-thru with the COR and identified VA staff for each of the trades included in the project to demonstrate that the work shown on the drawings can be physically constructed as depicted. The trades shall include, but not be limited to, Civil, Architectural, Structural, Electrical, Communications, Security, and Mechanical. The designer for each trade shall be present at the walk-thru which will encompass all the physical areas affected by the project. Upon completion of the walk-thru, the VA will give direction to the Architect-Engineer whether the design may proceed to completion as shown or whether some re-design is necessary. The walk-thru shall be scheduled by the Architect-Engineer in a manner that will allow corrections before the un-reviewed final submission due date. Required corrections will not excuse the Architect- Engineer from submitting the un-reviewed final drawings and specifications on time. c. Response to previous submittal review comments. Unstamped Design (100%) a. Submittal of final, unstamped, design drawings, specifications, including material submittal listing, finish schedule and final cost estimate. b. Response to previous submittal review comments. Final Design (100%) a. Submittal of final design drawings, specifications, including material submittal listing, finish schedule and final cost estimate. b. Final design drawings shall be prepared in both pdf and CAD format. Final specifications shall be prepared in both .pdf and Word format. c. Response to previous submittal review comments. CONSTRUCTION: During Bidding: 1) Provide bidding assistance and evaluation. 2) Provide expeditious written clarifications to questions (RFI) about the specifications and drawings that are submitted by prospective bidders and/or offerors prior to submission of offers. Written responses shall be prepared and forwarded to the VA Contracting Officer and COR and not to the bidder/offeror. Construction Phase 1) Provide a minimum of 2 on-site inspections for critical testing required by the specifications. 2) The Architect-Engineer is expected to be available within 48 hours after the VA requests a site visit. Submit cost per additional on-site inspection. 3) Provide contractor shop drawing and material submittal review, recommendation and approval evaluation for the Contracting Officer s Technical Representative. 4) Provide written clarifications to questions (RFI) about the specifications, drawings and site conditions. Provide bulletins for omissions. 5) Provide review and evaluation of contractor s fee proposals and contract changes to the Contracting Officer and the Contracting Officer s Technical Representative as required. 6) In-process field inspection of critical testing required by the specifications. 7) Final inspection and final punch list. 8) As-build drawings (CAD). 7. Design Review and Completion Schedule: Deliver each identified submittal to the COR on or before the date specified below: Conceptual Plan: 10 days after contract award Design Development 30% Submittal 30 days after contract award Mid-Design 60% Submittal 45 days after contract award (Includes 10 days for VA review of the 30% review) Un-Reviewed Final Design 90% Submittal 60 days after contract award (Includes 10 days for VA review of the 60% submittal) Final Design 100% Final Submittal 90 days after contract award. (Includes 5 days for VA review of the Un-Reviewed submittal Design Deliverables: The A/E will provide two (1) full-size drawing copies, (1) half-size drawing copies, and electronic and bound paper copy of all documents at each review stage. Provide an electronic set and one (1) set of drawings stamped and signed by a Professional Engineer, specifications, and cost estimates at final design submission. Electronic set at 100% final stage is to be provided in both PDF and AutoCAD 2020 formats. Provide an independent analysis to locate any underground or hidden utilities for inclusion in design if necessary, to confirm viability of planned excavation or demolition or to support design needs. Such analysis may include ground penetrating radar, review of existing VA documentation and drawings by the AE, or other viable options to verify these utilities. Provide a detailed material/labor cost estimate for construction of this project at the 100% review stage, in RS Means format. Submit in editable excel document. Attend pre-bid job walk and provide all engineering responses to questions asked by potential bidders and issue an addendum, if necessary. Provide a technical review of all project submittals/shop drawings related to the project and provide all required responses to any design/conflict questions encountered in these areas during construction in an expeditious manner. Create a list of all items required to be submitted on by the project specifications as part of the final design documents at the 100% submission. The list shall be organized by specification number, followed by the name of the item to be submitted on by specification. Provide expeditious responses to all design/conflict questions encountered during the construction term. Upon completion of the project, provide two (1) sets of stamped Architectural E1 (30 x42 ) as-built drawings, as well as a complete set in PDF and AutoCAD 2020 formats. Provide a detailed construction cost estimate and a detailed construction statement of work. P09 - Evaluation Criteria Connect Force Main to County Sewer The submitted SF-330s will be evaluated on the following criteria: This acquisition will be in accordance with FAR Part 36.602-1 and VAAM Part M836.602-1. The following evaluation criteria will be used to evaluate SF-330 technical proposals: The A/E must demonstrate its qualifications with respect to the published evaluation criteria for all services. Evaluation Criteria (1) through (4) are considered most important and equal among themselves; Criteria (5) and (6) are of slightly less importance than (1) through (4) but are equal value among themselves; Criteria (7) is the least important. Specific evaluation criteria include: 1. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. 2. Professional Qualifications necessary for satisfactory performance of required services. 3. 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. 4. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 5. Capacity to accomplish the work in the required time. 6.Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. 7. 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. Criterion 1 - Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Offerors will be evaluated on specialized experience and technical competence in the performance of services similar to those anticipated under this contract with regard to: o Experience with extensive site survey skills o Experience with design of Wastewater Treatment Plant (WWTP). o Experience with design of system replacement on systems that must remain in operation o Experience with government designs and construction o Experience working in a climate with varying weather conditions o Extensive experience with hazardous material assessment (asbestos, lead, PCBs, etc) and abatement/remediation design (both consultant and sub-consultant) o Experience incorporating maintenance as a huge consideration during design o Experience with BIM coordination on previous projects Submission requirements: Provide up to five (5) projects completed or substantially completed within the past five (5) years that best illustrate specialized experience of the proposed team in the areas outlined above. Example projects shall note project s square footage, how phasing and maintenance issues were considered, and how hazardous materials were assessed and designed. All projects provided in the SF-330 must be completed by the office/branch/regional office/individual team member actually proposed to manage and/or perform work under this contract. To enable verification, firms should include the DUNS number along with each firm name in the SF-330 Part 1, Section F Item 25 Firms from Section C Involved in this Project, block (1). Include a contract number or project identification number in block 21. Include an e-mail address, and phone number for the point of contact in block 23(c). Include in the project description the contract period of performance, award contract value, current contract value, a summary of the work performed that demonstrates relevance to specialized experience as outlined above. If the contractor served as a subcontractor on a project, indicate the value of the work they provided towards the performance of the overall project. If a project was performed by a joint venture, and not all joint venture partners are on the team proposed for this contract, the offeror/team should specifically address the work performed by the joint venture partner offering/teaming on this contract. Likewise, if the offeror/team member worked as a subcontractor on a project, the description should clearly describe the work performed by the offeror/team member and the roles and responsibilities of each on the project, rather than the work performed on the project. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project could be eliminated from consideration. NOTE: If the Offeror is a joint venture, information should be submitted as a joint venture; however, if there is no information for the joint venture, information should be submitted for either joint venture partner, not to exceed a total of five (5) projects for this criterion. Projects shall be submitted on the SF-330. For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. Do not list an IDIQ contract as an example of a completed project. Instead, list relevant completed task orders or stand-alone contract awards that fit within the definition above. Examples of project work submitted that do not conform to this requirement will not be evaluated. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being rated lower. All information for Criterion 1 should be submitted in Part 1, Section F of the SF-330. The Government WILL NOT consider information submitted in addition to Part 1, Section F in evaluating Criterion 1. Criterion 2 - Professional Qualifications necessary for satisfactory performance of required services. Offerors will be evaluated in terms of the qualifications, competence and experience of the key personnel and technical team proposed to accomplish this work. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Provide a balanced licensed and or certified workforce in the following disciplines Architecture, Structural, Electrical, Fire Protection Engineering, Heating, Ventilation and Cooling, Integrated Automation and Control systems, Communications, Electronic Safety and Security, Environmental and Hazardous Material services, Civil Engineering and use of BIM coordination. Submission requirements: Provide 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. Provide professional registration, certification, licensure and/or accreditation. Indicate participation of key personnel in example projects in the SF-330 Part 1 Section G. Criterion 3 - 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. Submission requirements: Offerors shall submit evidence of construction period services performed during example projects from Criterion 1. Include specific services in Section F, block 24 performed for that project. Criterion 4 - Past Performance on Contracts with Government agencies Offerors will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or CPARS/ACASS for Criterion 1 projects and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including contacts 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. NOTE: Past performance information for projects listed under Criterion 1. Submission requirements: SUBMIT A COMPLETED CPARS/ACASS EVALUATION FOR EACH PROJECT UNDER CRITERION 1. IF THERE IS NOT A COMPLETED CPARS/ACASS EVALUATION, the Past Performance Questionnaire (PPQ) included in this notice is provided for the offeror or its team members to submit to the client for each project the offeror includes under Criterion 1. AN OFFEROR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARS/ACASS IS AVAILABLE. IF A CPARS/ACASS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your SF-330. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, offerors should complete and submit with their responses the first page of the PPQ (Attachment), which will provide contract and client information for the respective project(s). Offerors may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) as long as it is on the same form as posted with this Synopsis. Offerors should follow up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Network Contracting Office 2 Attn: Tanya Baldwin via email at Tanya.Baldwin@va.gov prior to the response date. Offerors shall not incorporate by reference into their response PPQs or CPARS 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. Criterion 5 - Capacity to accomplish the work in the required time. Firms/teams will be evaluated in terms of their ability to plan for and manage work under the contract and capacity to accomplish the work in the required time. Submission requirements: Describe the firm s ability to concurrently perform and manage multiple projects in different locations to meet aggressive schedules, multiple disciplines, and control costs and the firm s capacity to accomplish multiple projects simultaneously. Criterion 6 - Location within a 600-mile radius to the design site (Canandaigua, NY) and knowledge of the location (Canandaigua, NY); provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Provided that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract, firms/teams will be evaluated on the locations of their office or offices that will be performing the work under this contract. Submission requirements: Indicate firms/teams location, including main offices, branch offices and any subconsultants offices and demonstrate how this will be advantageous to the Government. Criterion 7 - Subcontracting. 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. Submission requirements: Indicate sub-consultant firms socio-economic status on SF 330 Part I, Contract Specific Qualifications, Section C, Proposed Team. Evaluation Scoring Evaluation factors 1, 2, 3, 5, 6, and 7 will be evaluated using the following adjectival ratings as follows: Outstanding: Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. Good: Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. Acceptable: Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is moderate. Marginal: Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. Unacceptable: Proposal does not meet requirements and contains one or more deficiencies. Proposal is not awardable. The firm s proposal demonstrates a misunderstanding of the requirement, and the approach fails to meet performance standards. The firm s proposal has major omissions and inadequate details to assure evaluators that the offeror has an understanding of requirement. The ratings identified below were used in the evaluation of Past Performance (Criterion 4): Substantial Confidence: Based on the offeror s recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. No doubt exists based on the offeror s past performance that they can satisfy the requirements of the contract. Satisfactory Confidence: Based on the offeror s recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Little doubt exists based on the offeror s past performance that they could satisfy the requirements of the contract. Unknown Confidence (Neutral): No recent/relevant performance record is available, or the offeror s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. Limited Confidence: Based on the offeror s recent/relevant performance record, the Government has little expectation that the offeror will be able to successfully perform the required effort. Some doubt exists based on past performance that they could satisfy the terms and conditions of the contract. No Confidence: Based on the offeror s recent/relevant performance record, the Government has little expectations that the offeror will be able to successfully perform the required effort. Significant doubt exists based on the offeror s past performance that they can satisfy the requirements of the contract. 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.

Conceptual

Water / Sewer

$2,000,000.00

Public - Federal

Demolition, New Construction, Site Work

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
141
Active Projects
77
Bidding Soon
1,139
All Active Projects
469
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.

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.

July 19, 2023

img_map_placeholder

400 Fort Hill Ave, Canandaigua, NY

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.