BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a data center facility in Chillicothe, Ohio. Conceptual plans call for the renovation of a data center facility.

PRESOLICITATION NOTICE THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (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. 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. 1. GENERAL INFORMATION: Veterans Health Administration (VHA) Program Contracting Activity Central (PCAC) is seeking sources and intends to award a firm-fixed price design contract for ArchitectEngineering (A-E) services for the development of complete construction documents, which include working drawings, specifications, reports and construction period services for Project # 538-21-705 "EHRM Infrastructure Upgrades, Chillicothe, OH" project located at the Chillicothe VA Medical Center (Chillicothe VAMC), 17273 State Route 104, Chillicothe, OH 45601. 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" and VA Acquisition Regulation 836.6. 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 Concerns (SDVOSB). The NAICS Code for this procurement is 541310 "Architecture Services" and the annual small business size standard is $22.5M. This project requires a full design team to complete this project. The projected award date for the anticipated A-E contract is on or before May 2023. The anticipated period of performance for completion of design is 175 calendar days after notice to proceed. The magnitude of construction is between $500,000 and $1,000,000. The Statement of Work (SOW) for this project is attached to this Request for SF330's. 3. A-E SELECTION PROCESS: 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 evaluation. The selection will be made as follows: Page 2 of 8 A. SF 330s will be evaluated in accordance with the primary selection criteria as stated in this presolicitation notice. These evaluations will determine the most highly qualified firms for this particular requirement. In accordance with FAR 36.602-3-(c), at least three (3) of the most highly qualified firms will then be notified of the Government's intent to hold discussions. All firms not invited to participate in discussions will be notified at this time. B. Discussions will be held with the most highly qualified firms in the form determined to be most advantageous and economical by the contracting officer. This may include in writing, via phone interview or in-person interview presentations. However, the form of discussions will be the same for all firms. The firms invited to participate in discussions will be notified by email and provided further instructions, to include any questions or topics to address. Following the completion of discussions, the firms will be evaluated and ranked for selection based on the primary and secondary selection criteria (if necessary), and the most highly qualified firm will be selected and subsequently sent the solicitation. The final evaluation and ranking will consider the SF330 submission for each firm, as well as additional information obtained via discussions. A site visit will be authorized for the highest rated firm during the negotiation process. An award will be made as long as the negotiation of rates and hours leads to a fair and reasonable determination of the final contract price. If negotiations are not successful with the highest rated firm, the firm will be notified that negotiations have been terminated. Negotiations will then be initiated with the next highest rated firm, and so on until award can be made. 4. SELECTION CRITERIA: Firms responding to this notice will be evaluated and ranked using the primary and secondary selection criteria listed below. The factors are listed in descending order of importance. The evaluation will consider how each factor is addressed and how it is formatted to coincide with the selection criteria. A. Primary Selection Criteria: 1. Specialized experience and technical competence (sections F, G and H) in the design of network infrastructure installation, renovations, and/or upgrades to information technology (IT) systems (either as solely IT projects or incorporated into new space/renovation projects). Work shall include EHRM projects or projects involving the following relevant elements: fiber optics; data cable; structured cabling; electrical distribution design; electrical upgrades; electrical bonding; building management systems/building automation systems (BMS/BAS); HVAC Design; Computer Room Air Conditioning (CRAC) Design; building water intrusion repair and water runoff/drainage investigations. At a minimum, include the following for each Page 3 of 8 submitted project: design start and end dates, construction start and end dates (if applicable), design amount, estimated or final construction amount, and specialized scope items that may include critical path scheduling, fire protection, construction infection control protocols, energy conservation, and sustainable design practices. Also identify if any of the projects include Infrastructure upgrades, work in active hospitals, and/or phasing. The evaluation may consider the management approach, coordination of disciplines and subcontractors, quality control procedures, prior experience of the prime firm and any key subcontractors working together on relevant projects and familiarity with VA Design Guides/Manuals, Master Specifications, and other applicable standards. These areas shall be addressed in section H of the SF 330. Additionally, prior experience of the prime and key subcontractors working together on relevant projects, as indicated in section G, will be considered in the evaluation. Offeror shall provide a minimum of 2 (two) but no more than 4 (four) recent and relevant projects to demonstrate its specialized experience and technical competence. "Relevant" is defined as those task requirements identified in the Scope of Work. "Recent" is define as services provided within the past 5 (five) years. Each project shall include the following: Project title, location and detailed narrative describing the scope of services provided including the type of work performed by the offeror and its role in the project i.e., prime contract, Teaming Partner, or subcontractor Project Owner, owner's point of contact including telephone number and email address. Services & Deliverables provided under the contract/task order Period of Performance, including start and completion dates Total dollar value of the project. 2. Professional qualifications (sections C through E) necessary for satisfactory performance of required service. The architects and engineers on the firm's staff representing the project or signing/stamping drawings in each discipline must possess a minimum of five (5) years of experience and are required to be licensed, registered, or certified by a US state, the District of Columbia, or a US territory. Provide professional license jurisdiction of issue and license numbers and/or proof of licensure. At a minimum, the offeror shall describe the professional qualifications and not less than five (5) years of experience in the required disciplines. Disciplines required for this project include, but are not limited to: Project Manager, Registered Communications Distribution Designer (RCDD), Electrical Engineer, Architect, Cost Estimator, Civil Engineer, Fire Protection Engineer, Hazardous Material Abatement/Industrial Hygienist, Mechanical Page 4 of 8 Engineer, Quality Assurance Specialist, Structural Engineer, and Commissioning Agent. Offer must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement: "I [signatory authority]______________________, [company] __________________, certify that the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not VIP-listed SDVOSBs in compliance of VA Acquisition Regulation (VAAR) 852.219-75." 3. Capacity (section H) to accomplish work in the required time. The evaluation will consider the firm's plan and ability to meet the schedule of the overall project, as well as the available capacity of personnel in key disciplines. Provide the available capacity of required disciplines by providing current project workload, inclusive of all projects awarded during the previous 12 months and the full potential value of any current indefinite delivery contracts. 4. Past performance (section H) on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. CPARS data or PPQs, see attached PPQ (if no CPARS data is available) must be provided for projects submitted under Factor 1 (Specialized Experience). CPARS data and PPQs do not count toward the page limitation. 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. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. The following information is required for all projects: contract/task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional performance related from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. Note: We recommend you contact every reference listed and let them know we may contact them for information. Their timely replies would be appreciated. 5. Knowledge of the locality (section H), to include specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, local construction methods, construction firms and trades labor availability, and local laws and regulations. Page 5 of 8 6. Experience in construction period services (section H) for projects similar in scope to include professional field inspections during the construction period, coordination with project commissioning requirements, 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. B. Secondary Selection Criterion*: Geographic location. Location of the firm, as measured by the driving distance (miles) between the Offeror's principal business location and Chillicothe VA Medical Center 17273 State Route 104 Chillicothe, OH 45601 Determination of the mileage will be based on Google Maps (https://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 discussions. The secondary selection criterion will not be applied when determining a firm's SF 330 submission. . 4. 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 the Contract Specialist Lucretia.Maloney@va.gov and Katherine.Gibney@va.gov. This shall include SF 330 and any applicable attachments. The submission must include the SF 330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp). The SF 330 is due by 1:00 PM Eastern Time on February 10th, 2023. The SF 330 shall be submitted in one email and have a file size shall be no larger than 5 MB. No hard copies will be accepted. The subject line of the email shall read: "SF 330 Submission; 36C77623R0011 - "EHRM Infrastructure Upgrades - Chillicothe, OH" The page limitation of the SF 330 shall not exceed a total of 35 pages. This includes title page, table of contents, and any other relevant information. Each page shall be in in Arial size 12 font, single spaced. Part II of the SF 330 Page 6 of 8 and any Contractor Performance Assessment Rating System (CPARS) reports will not count as part of the page limitations. All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: 1) Cage Code 2) Unique Entity Identifier (UEI) 3) Tax ID Number 4) The E-mail address and Phone number of the Primary Point of Contact 5) A copy of the firms Vet Biz Registry. All questions shall be submitted via email to Lucretia.Maloney@va.gov and Katherine.Gibney@va.gov with the subject line "Chillicothe EHRM Infrastructure Upgrades." The cutoff for question submission is 1:00 PM ET ON January 23, 2023. Questions will be answered through modification to the Pre-Sol Notice posted to Contract Opportunities at SAM.gov. NOTE: Only submissions from SDVOSB concerns will be acceptable for this project. In order for an SDVOSB to be considered as a proposed contractor, the firm must be verified and visible by the Veteran Small Business Certification (VetCert) program (https://veterans.certify.sba.gov/) and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications. Failure of a proposed SDVOSB to be verified by the Small Business Administration (SBA) (formally CVE) at the time the SF-330 is submitted shall result in elimination from consideration as a proposed contractor. All Joint Ventures must be SBA (formally CVE) verified at time of submission 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://www.sam.gov/ . for any revisions to this announcement prior to submission of SF 330s. 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

Data Centers

$1,000,000.00

Public - Federal

Renovation

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

Subscribe For Documents

4 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
196
Active Projects
101
Bidding Soon
2,185
All Active Projects
986
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.

Sign-up for Instant Access.

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.

May 10, 2023

November 1, 2023

img_map_placeholder

17273 OH-104, Chillicothe, OH

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.