BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Demolition, site work, renovation and addition to a mixed-use development in Roseburg, Oregon. Design plans call for the addition of a 7,750-square-foot, 32-bed elderly care / assisted living facility; for the demolition of a elderly care / assisted living facility; and for the renovation of a 3,863-square-foot elderly care / assisted living facility.

As of December 1, 2023 an award has been made. 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 SF330 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. The only attachments being provided at this time are the SOW and PPQ. 1. GENERAL INFORMATION The Veterans Health Administration (VHA) Program Contracting Activity Central (PCAC) is seeking sources and intends to award a firm fixed price design contract for Architect-Engineering (A-E) services for Project 653-329 to Expand CLC Building 81 Roseburg VAHCS, 913 NW Garden Valley Blvd., Roseburg, OR 97471-6523. The A-E shall provide design and construction period services to include investigative services, planning consultations and visits, comprehensive design work, preparation of contract drawings and specifications, preparation of cost estimates, construction period services, site visits, reports, commissioning, as-built drawings, and other design services necessary for a complete project. The A-E Services contract that is anticipated to be awarded will be procured in accordance with the Selection of Architects and Engineers statute [formerly known as the Brooks Architect Engineer Act], Federal Acquisition Regulation Part 36.6 "Architectural and Engineering Services," VA Acquisition Regulation 836.6, and VA Acquisition Manual M836.6 Architect-Engineer Services. In accordance with FAR 36.209, "Construction Contracts with Architect-Engineer Firms," no contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative. 2. PROJECT INFORMATION This project is a 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The NAICS code for this procurement is 541330 "Engineering Services" and the annual small business size standard is $25.5M. Please note, the VA has thoroughly reviewed this NAICS code and had determined that it is the correct NAICS for the work being performed. A full design team is required to complete this project. The projected award date for the anticipated A-E contract is June 2023. The anticipated period of performance for completion of design is 225 calendar days after notice of award. The VAAR Magnitude of Construction for this project is between $10,000,000 and $20,000,000. 3. SCOPE OF DESIGN This procurement is to obtain all professional A-E services for the Project 653-329 to Expand CLC Building 81 Roseburg VAHCS. This project requires the Architect Engineer (AE) to assess, inspect, and site verify the existing conditions and produce a design to accomplish the project. The project scope is to include architectural, civil, structural, plumbing, mechanical, geological, seismic, electrical, electronic security and communications systems services. This project shall reconstruct building 81 to meet the current design guide for single occupancy quarters. This project is located at the Roseburg VA Health Care System Campus, 913 NW Garden Valley Blvd, Roseburg, Oregon. The renovation and new space will conform to current design guides for single occupancy rooms with private restrooms. The AE shall provide all labor, materials and equipment for the design, site evaluations and post construction services needed to complete the project. This project will renovate existing space and add a new wing to Building 81, the Community Living Center (CLC). The project consists of 7,750 GSF of new construction, 3,863 GSF of total renovation and 17,793 GSF of light renovation. The light renovation will upgrade floor and wall finishes. The total renovation will reconfigure multi-occupancy rooms to single occupancy-rooms with private bathrooms to conform to the current design guide. As a result of the renovation the number of CLC beds will decrease from 35 to 18 beds. Construction of the new wing will add 14 CLC beds. At project completion, the total amount of CLC beds in Building 81 will decrease from 35 to 32 beds. The A-E shall be professionally licensed in any state in the United States. The A-E is responsible for all services to complete the deliverables listed in the SOW. The deliverables outlined in the SOW are inclusive of the following: Schematics (35%), Design Development (65%), Design Development (95%), and Construction Documents (100%). Please note that the 225-calendar-day period of performance for the design completion begins with the issuance of the Notice of Award (NOA) and that a Notice to Proceed (NTP) will not be issued for the completion of a design project. The construction period services will be option items that will be exercised after the award of the construction project. The period of performance for construction period services will match the period of performance for the construction project. 4. A-E SELECTION PROCESS Firms submitting SF330s in response to this announcement, not later than the closing date and time specified herein and in accordance with submission requirements, will be considered for initial selection evaluation. The selection process will include the evaluation of qualifications (SF330s), discussions (written responses), and fee proposal negotiations with the highest rated firm. Pricing will not be included in the evaluation factors for either the SF330s or the written responses. The evaluation of qualifications consists of the review of the provided SF330s and determination of the highest rated firms. A minimum of three of the highest rated firms will then be shortlisted and invited to continue with written responses. All firms not shortlisted will be notified at this time and provided a debriefing if requested. The discussions consist of the evaluation of the written responses provided by the shortlisted firms and selection of the top ranked firm. The prior evaluation of the SF330s shall not be taken into consideration during the evaluation of the written responses. The firms selected for the written responses will be notified by email of selection and provided further instructions, including all submission requirements and a reiteration of the factors. After the written responses are received the firms will be evaluated, and the highest rated firm will be selected to receive the solicitation and conduct negotiations. The solicitation will be issued to the highest rated firm as a Request for Fee Proposal (RFP). A site visit will be authorized during the negotiation process. Award selection will be made based on the results of the written responses and successful negotiation of rates and fees for the project. If negotiations are not successful with the highest rated firm, they will continue with the next highest rated firm, and so on until award can be made. 5. QUALIFICATIONS (SF330) SELECTION CRITERIA The following factors are listed in descending order of importance: Primary Selection Criteria: 1. Professional Qualifications: Professional qualification necessary for satisfactory performance of required services. The board will evaluate resumes for all proposed key personnel. The board will evaluate, as appropriate, the education, training, professional registration, certifications overall and relevant experience, and longevity with the firm of the key management and technical personnel. Relevant experience includes projects with the VA and/or accredited hospitals that are related to designing additional wings to existing buildings, renovations or other projects similar in scope to this project. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel. The design firm and A-E on staff representing the project or signing drawings in each discipline must be licensed to practice in any one of the United States of America. Provide Professional License numbers and/or proof of Licensure. Resumes are limited to one page each and should indicate the proposed role in this project. Key positions and disciplines required for this project include, but are not limited to: Project Manager, Electrical Engineer, Architect, Cost Estimator, Fire Protection Engineer, Mechanical Engineer, Civil Engineer, Quality Assurance Specialist, and Structural Engineer. Offeror must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement: "I [signatory authority], of [company name] certify that the team proposed to perform under this requirement demonstrates the capability of 50% SDVOSB performance in compliance of 48 CFR 852.219-10." The information provided in sections C through E of the SF330 will be used to evaluate this factor. Do not include this information in section H, unless it is pertinent to support the information listed in the other sections. 2. Specialized Experience and Technical Competence: Specialized Experience and Technical Competence of the firm with the type of services required. The board will evaluate the specialized experience on similar projects and the technical capabilities of the prime firm and any subcontractors. The evaluation will 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. Include no more than FIVE (5) projects completed or substantially completed within the past eight (8) years that best illustrate specialized experience related to this project scope: such as experience designing additional wings to existing buildings. Note that completed is considered 100% design completion and substantially completed in construction. Projects identified as under design or not bid for construction could result in a lower rating for this project. The information provided in sections F and G of the SF330 will be used to evaluate this factor. Do not include this information in section H, unless it is pertinent to support the information listed in the other sections. 3. Capacity: Capacity to accomplish work in the required time. The evaluation will consider the team's overall ability to meet the schedule of the project, as well as the available capacity of key disciplines to perform the work in the required time. Please provide a table to demonstrate the available capacity of each of the key personnel identified in sections D and E for the prime firm and all subcontractors. At a minimum, include the following for each key team member: name, firm, proposed role in this project, and percentage of available capacity to take on new work. Also provide all projects awarded by the VA to the prime firm and all subcontractors during the previous 12 months from the date of the SF330 submission. At a minimum, include the following for each project: project name, location, award date, completion percentage, and expected completion date. Provide the full potential value of any current indefinite delivery contracts for the prime firm and all subcontractors. The information for this factor shall be provided in section H of the SF330. Please ensure the capacity applies toward the proposed team/personnel provided in the SF330. 4. Past Performance: Past performance on contracts with Government agencies and/or private industry in terms of cost control, quality of work, and compliance with performance schedules. The past performance will be evaluated for all projects provided in section F to include a review of Contractor Performance Assessment Rating System (CPARS). The following information is required for all projects noted in section F: Contract/task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional performance related information from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. Evaluations will consider superior performance ratings on recently completed VA projects as well as the reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Also, consider, as appropriate, the record of significant claims against the firm because of improper or incomplete architectural and engineering services. 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 performing the work under this contract. The information for this factor shall be provided in Section H of the SF330. If there is no CPARS data available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document. *PPQs should not be submitted by the evaluator to VHA PCAC directly. Completed PPQs must be incorporated into the SF330 submission. PPQs will be counted towards the page limitation for this submission. 5. Locality: Knowledge of the locality. Demonstrate and describe experience in the local area and the specific knowledge of certain local conditions or project site features the experience provided. This description may include: o Any prime firm or subcontractor experience within the VISN or at any of the VAMCs included in this Request for SF330s o Soil conditions and any effects they could have on required trenching or digging (if applicable) o Approach to addressing any unique climate conditions (if applicable) o Geological conditions, such as seismic (if applicable) o State or local construction codes, laws, or regulations If prior experience in or specific knowledge of the local area is minimal, describe how the team plans to obtain any specific knowledge of certain local conditions or project site features required for these projects. The information for this factor shall be provided in section H of the SF330. Note that the intent of this factor is to showcase a firm's understanding of the sites and locality, and not where the firm is located and how they would travel to the sites. Information related to the firm's location shall be provided in section H, under Secondary Selection Criteria - Geographic Location. 6. Construction Period Services: Describe your team's approach to providing construction period services that may include: professional field inspections during the construction period; review of construction submittals; support in answering requests for information (RFIs) during the construction period; support of construction contract changes, including drafting statements of work and cost estimates; attendance at weekly conference calls; providing minutes of meetings between the A-E, VA, and contractors; commissioning; prefinal inspection site visits; generation of punch-list reports; and production of as-built documentation. List project examples to demonstrate the prime firm's experience with construction period services. The information for this factor shall be provided in section H of the SF330. Secondary Selection Criteria: 1. Geographic Location: Location of the firm, as measured by the driving distance (miles) between the offeror's principal business location and the project site. Determination of the mileage will be based on Google Maps (www.google.com/maps/dir/). *The secondary selection criterion is used as a tiebreaker, if necessary, in ranking the most highly qualified firms following the completion of the SF330 evaluations. The secondary selection criterion will not be applied when determining a firm's SF330 submission "Excellent," "Good," "Acceptable," "Marginal," or "Unacceptable." The information for this factor shall be provided in section H of the SF330. 6. DISCUSSIONS (WRITTEN RESPONSES) SELECTION CRITERIA In accordance with FAR 36.602-3(c), discussions will be conducted in the form of written responses. The selected firms will be invited to provide their written responses to predetermined questions via email to the A-E Technical Evaluation Board. The instructions for the written responses will be provided to the selected firms only. Each selected firm will be evaluated based on their responses to the evaluation criteria. The highest-ranked firm will be selected based on their ratings from the written responses. The previous ratings from the SF330 evaluations are not applicable during Phase II. Below are the evaluation factors for the written responses. All factors listed are of equal importance. 1. Challenges: What specific challenges do you see in this project and how will your team address or resolve these challenges Include any specific past project examples to support your response. 2. Construction Period Services: Discuss your approach and process for construction period services. How will you monitor the project How will you keep the schedule on track How will you design for and encompass infection control measures 3. Cost: In your opinion is the Design within Funding Limitation realistic for this project If not, where do you see the budget challenges 4. Quality Control: Specifically, how do you manage quality control How do you ensure all aspects of the project meet VA standards and specifications Identify personnel responsible for quality control and their disciplines. 7. SUBMISSION CRITERIA/REQUIREMENTS The below information contains the instructions and format that shall be followed for the submission of the SF330 Statement of Qualifications: o Submit ONE (1) SF330 Statement of Qualifications to Jason Phillip at jason.phillip@va.gov. This shall include Parts I and II and any applicable attachments. o The submission must include the SF330, Architect-Engineer Qualifications (form is available online at http://www.cfm.va.gov/contract/ae.asp). o The SF330 submission is due by 2:00 PM ET on February 21, 2023. o The SF330 shall be submitted in one email and have a file size no larger than 5 MB. No hard copies will be accepted. o The subject line of the email shall read: "Roseburg SF330 R0008" o The SF330 submission shall not exceed a total of FIFTY (50) pages. This includes CPARS and/or PPQs and any other relevant information. Any pages submitted by an offeror that exceed the limit will not be considered during the evaluation. Each page shall be in Arial or Times New Roman, size 12 font, single spaced. The title page, table of contents, and Part II of the SF330 will NOT count toward the page limitation. o A PPQ from previous projects may be submitted for this project. If significant portions of a project have been completed since the previous PPQ was filled out, a new PPQ should be submitted to accurately assess the project. *Note: All PPQs should be completed by the evaluator and returned to the A-E firm. The submitting A-E firm must incorporate completed PPQs into the SF330 document. PPQs should not be submitted by the evaluator directly to VHA PCAC. o In addition to the SF330 submissions, firms must provide a second accompanying document that includes the following information (the accompanying document will not count toward the page limitation of the SF330): 1) Cage Code 2) SAM Unique Entity Identifier 3) Tax ID Number 4) The email address and phone number of the Primary Point of Contact 5) A copy of the firm's Vet Biz Registry o All questions shall be submitted to jason.phillip@va.gov with the subject line "Roseburg Question." The cutoff for question submission is 2:00 PM ET on February 2, 2023. Questions will be answered through modification to the Pre-Sol Notice posted to Contract Opportunities at SAM.gov. o All prime firms must meet the NAICS code requirement specified in this notice. The Contracting Officer shall verify the NAICS code in VIP and/or the System for Award Management (SAM). Failure to meet the NAICS code requirement may result in the rejection of the SF330 submission. o This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. Offers received from other than SDVOSBs will not be considered. All SDVOSBs must be listed as verified by the VA's Center for Verification and Evaluation (CVE). Offerors must be verified by CVE and visible in the Vendor Information Pages (VIP) database (http://www.vetbiz.va.gov/vip/) at the time of SF330 submission, written response submission, and award. Failure to be BOTH visible and verified at these times will result in the offeror being deemed unacceptable and ineligible for award. o All Joint Ventures must be CVE verified at the time of SF330 submission, written response submission, and award and must submit agreements that comply with 13CFR 125.15 prior to contract award. o SF330 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 SF330 submission package. o It is the offeror's responsibility to check the Contract Opportunities website at SAM.gov for any revisions to this announcement prior to submitting their SF330. See attached document: SOW AE Design Expand CLC Bldg 81 - final 1-12-2023 VMC. See attached document: PPQ - Expand CLC Bldg 81 Roseburg. 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

Elderly Care / Assisted Living

$20,000,000.00

Public - Federal

Addition, Demolition, Renovation, Site Work

Our team is requesting plans for this project.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
27
Active Projects
15
Bidding Soon
218
All Active Projects
97
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.

February 21, 2024

img_map_placeholder

913 NW Garden Valley Blvd, Roseburg, OR


Find better projects. Build better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

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

Get Access Now

Choose what you would like to do.

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

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

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