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

As of February 7, 2024, this solicitation has been cancelled. *The closed solicitation has been included below for reference: SOL: 36C24724R0013 Notice Notice Page 7 of 7 *=Required Field Notice Page 1 of 5 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 WILL BE ISSUED IN THIS PHASE. ARCHITECT- (A/E) : 1. The Department of Veteran Affairs, Network Contracting Office 7 is seeking qualified Architect- (AE) firms to submit Standard Form 330 (SF 330) Architect/ Statement of Qualifications for Project 521-22-130 Upgrade/Replace Exterior Finishes & Mechanical Systems Research Bridge, at 700 19th St S, Birmingham AL 35233. Firms submitting qualification packages must be fully licensed to perform designs as a registered AE firm in the United States to be considered for this opportunity. Also, see geographic location restriction in paragraph 4 of this notice. All submissions will be evaluated in accordance with the evaluation selection criteria as specified herein. 2. This acquisition is a 100% for CertifiedA Service-Disabled Veteran-Owned Small Businesses. a. Prospective Contractors are cautioned that proposal submitted in response to this solicitation must meet the criteria identified in VAAR Clause 852.219-73, VA Notice of Total - forA CertifiedA Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION). b. Prospective Contractors must comply with VAAR Clause 852.219-75 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR AND CONSTRUCTION (JAN 2023) (DEVIATION)A In the case of a contract for (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as forth in 852.219-73. Any work that a similarly situated certified SDVOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as forth in 13 CFR 125.6. c.A For a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a prospective contractor, the firm, must be certified and listed in the SBA certification database A (https://veterans.certify.sba.gov/ ) and registered in the System for Management (SAM) database (www.sam.gov) at time of of their qualification.A For a Joint Venture to be considered eligible as an SDVOSB if the joint ventureA 13 CFR 128.402 and the managing joint venture partner makes the representations under paragraph (c) of this clause.A A joint venture agrees that, in the of the contract, the applicable percentage specified in paragraph 852.219-73(d) of the clause will be performed by the aggregate of the joint venture participants. Failure of a prospective SDVOSB to meet these certification requirements by the SBA shall result in elimination from consideration. Plus, the firm is reporting to VETS -4212 Federal Contractor Reporting in accordance with FAR 52.222-37, Employment Reports on Veterans at https://www.dol.gov/agencies/vets/programs/vets4212. 3. Contract Information: A Firm Fixed Price A/E service contract is contemplated for Project # 521-22-130 Upgrade/Replace Exterior Finishes & Mechanical Systems Research Bridge. The estimated of construction for this project is between $5,000,000 and $10,000,000. The estimated/target completion period is 240 calendar after issuance of Notice to proceed. The NAICS code for this acquisition is 541330, Architectural with a size standard of $25.5 million. 4. Due to the requirement for site visits and coordination on reviews, A/E firms will be required to attend various meetings in person on site at the facilities. Due to this requirement, the area for consideration for this acquisition is restricted to A/E firms with an operating office within 400 miles of 700 19th St S, Birmingham AL 35233. Eligible prime contractor firms must have a main and/or branch office geographically within the 400-mile driving distance. (Determination of mileage eligibility will be based on upon www.maps.google.com) 5. Project Information/Statement of Tasks: Provide (PE) Architectural / to verify existing conditions and utilities and prepare contract working drawings and specifications for Project No. 521-22-130 " Upgrade/Replace Exterior Finishes & Mechanical Systems Research Bridge ". The project shall incorporate features that meet VA standards for the dignity, security and privacy of patients who utilize the facilities constructed by this project. Minimum standards are provided in the Guideline of the TIL PG-18-12 Research and Development. The following tasks shall be performed: 1. Prepare a narrative regarding the needs of the research and development. Submit the narrative for for review and discussion with the VAMC Birmingham staff. 2. Conduct surveys, perform investigations, meet with staff who will be working in the areas being renovated to ensure the renovations meet the space and other needs for the impacted and prepare documentation of all existing conditions necessary for the and construction of this project. This task involves fully investigating exterior and interior utility systems that are impacted by this project. The VA will provide information based on past and current , however, verification is the responsibility of the A/E. 3. Fully investigate the spaces, by exploratory methods to determine utility locations, plumbing and electrical connections and other information that may impact the project . 4. Assess existing HVAC, plumbing, fire protection, electrical, communication, security alarm, and medical gas systems (as necessary) in the building to determine whether these existing systems contain sufficient capacity to support renovation. For those building systems which do not contain sufficient capacity to support the renovation, identify upgrades necessary. 5. Prepare designs and construction documents to include but not necessarily be to the following disciplines: Architecture Structural Mechanical Electrical Plumbing Fire Protection Specialty work. Mold or Asbestos Abatement 6. The A/E shall be responsible for verifying the existing materials. Then using the existing materials listed below in the and account for in cost : Framing, Drywall, and ACT, Doors, Frames and hardware, store front doors, electrical fire alarm data material, plumbing, HVAC, Fire suppression material, resinous flooring and walls, soft flooring, wood framing, painting, concrete, wall guards, toilet and bathroom accessories, casework. 7. to also include but not to renovation of bathrooms, chilled water line replacement, column repair, plumbing to be investigated and to determine replacement or demolition, ductwork and cabinets, renovation of walls, prevention of water intrusion at back wall, and utility systems to support 4 sterilizers. Include the RO utility support system for a self-generating steam sterilizer. Utility requirements for the future equipment that the service is requiring. 8. Prepare project construction phasing 9. Prepare construction cost estimates 10. Prepare estimated project construction schedule 11. Prepare a project submittal register and include the project submittal register in the construction documents. 12. Conduct a survey and identify asbestos and other hazardous materials for abatement. 13. Meet with VAMC staff to make progress presentations, to discuss approach, and to respond to inquiries during the phase of the project. 14. Provide Construction Period to include submittal reviews, RFI responses, preparation of supplementary construction documents for modifications, site visits, project meetings, final inspections, and record drawings. 15. The A/E shall be responsible for the entire of this project, including confirmation of existing conditions, investigation for the presence of hazardous materials, and a corresponding abatement plan. The A/E shall prepare written limitations on construction operations and include these construction limitations in the construction documents. Such limitations on construction operations shall ensure the continued safe operation of the existing hospital during construction of the project. Prepare an infection control risk assessment in accordance with Infection Control Policies and Procedures of this VAMC for each portion of the existing facility that is impacted by the project. Prepare a detailed infection control plan for the construction contractor to follow, based on the results of the risk assessment. This plan shall be based on medical center infection control policies and shall be site specific for the areas involved in the project. Provide for Interim Life Safety Measures (ILSM) in the of the project that are necessary during construction in order that the occupied portions of building 1 will continue to comply with NFPA 101, The Life Safety Code throughout the construction of the project. 6. Selection Criteria: The A/E Selection Team shall utilize the following selection criteria listed in descending order of importance: : qualifications necessary for satisfactory of required service and working together as a team (in-house and/or consultants(s)). Note: The firm and A/E on staff representing the project or signing drawings in each discipline must be registered/licensed to practice in the United States Provide your information on the SF 330 clearly marked by providing a current architect and/or License numbers AND proof of Licensure. The VA will confirm the individuals are current and in good standing with the respective state licensing board. Specialized: Five years of specialized experience and technical competence in the type of work required, including but not to: Architecture, Electrical, Plumbing, Mechanical, Fire Protection, Abatement/Industrial Hygiene, Cost Estimation, Project Management and where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Provide construction that are similar to the scope of work completed in the last 5 years. (Include Government and private Experience on similar ) Capacity to accomplish work in the required time: Identify current workload, list of contracts that you are actively working on in phase and construction period and the ability to take on new work. Identify process of scheduling work. Past : CPARS data or Past Questionnaires must be provided for submitted under Factor b. Specialized. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. Past as it relates to cost control, quality of work, and compliance with schedules. The following information is required for all : contract/task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional related from the firm, customer inquiries, Government databases, publicly sources, and additional in CPARS. Past will be evaluated on recent and relevant contracts with government agencies or private industry. Recent is defined as occurring within 5 years of the date of this notice, except that ongoing must have begun no less than one (1) year prior to the issuance of this notice. Relevancy is defined as of work on that are similar in scope to the types of anticipated under the resultant contracts. Respondents with no previous past shall state this when addressing the selection criteria. Where there is no record of past , the proposal will be evaluated neither favorably nor unfavorably. Experience: Provide your experience in construction period to include 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. Location: 400-mile driving distance branch or main office: Knowledge of the locality, 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. That your proximity to the general geographical area enables you to respond to emergency calls in person within 24 hours if required. (SF 330 submittal should show your knowledge of the locality of the project.) Eligible prime contractor firms must have a main and/or branch office geographically within the 400-mile radius. Commitment to use of SDVOSB and VOSB: The percentage of use for service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors in of the type shown in the SOW. Reputation: Reputation and standing of the firm and its principal officials with respect to , general management, and cooperativeness. (Awards, Outstanding Merits, Recommendations). 7. Selection Procedures: a. This requirement is being procured in accordance with The Brooks Act of 1972, Federal Acquisition Regulation 36.6 (FAR) and VA Acquisition Regulation 836.6 (VAAR) and VA Acquisition Manual (VAAM) 836.6. Firms responding to this announcement by submitting a qualifying SF 330, before the closing date and time, will be considered for initial selection evaluation. Following initial evaluation of the SF330s received three or more firms that are considered the most highly qualified to provide the type of required will be selected for interviews. Selected firms will be notified by telephone or of selection and provided further instructions. b. Selection and evaluation of firms shall be made based on SF 330 submissions and direct responses to the selection criteria identified herein. Failure to address all selection criteria will result in a decreased rating. c. Evaluating past and experience may include information provided by the firm, customer inquiries, Government databases, and Contracting Officer knowledge of current project . Failure to provide requested data, could result in a firm being removed from consideration. If relevant CPARS evaluation(s) are , report(s) shall be submitted with the completed SF330 . If there is not a completed 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). Official CPARS evaluation(s) found in in government databases will take precedence. Completed PPQs should be submitted with your SF330. d. Firms that or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents. All identified on the SF330 must be completed by the office/branch/individual team member performing the work under this contract. 8. Requirements: a. The SF 330 form may be downloaded from http://www.gsa.gov/portal/forms/type/SF Completed SF 330 s shall include the primary firms, subcontractor firms and any consultants expected to be used on the project. Do not submit information incorporating by reference. Prospective firms shall address all selection criteria factors within their submitted SF330 packages. The following format should be used: (1) Cover Page with Solicitation Number, Project Title (2) Table of Contents (3) SF 330 s (4) Acceptability under other appropriate evaluation criteria, i.e., SF 330, Section H. (5) Copy of Current A/E state Engineer/Architect License (6) Unique Entity ID (UEI): (7) Tax ID number (8) The E mail address and Phone number of the Primary Point of Contact. b. SF 330 Date of Receipt/Due Date: Interested firms having the capabilities to perform this work must submit one (1) electronic SF 330 and attachments (if any) no later than (NLT) November 20, 2023, at 1:00 p.m. EDT. capacity is to seven (7) to ten (10) megabytes (Megs). c. All SF330 submittals and questions must be sent electronically to the attention of Chad Dinkins, Contract Specialist at chad.dinkins@va.gov and Joseph Osborn, Contracting Officer at Joseph.Osborn@va.gov. Please provide Pre-Solicitation Number, Project Number, Project Title, and Firm Name in Subject Line of . When submitting SF330s, if more than one is sent, please number emails in Subjects as 1 of n . Submittals received after the date and time identified on page one (1) will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. All information must be included in the SF330. DO NOT SEND HARD COPIES d. The SF-330 including title page, table of contents, and any other relevant information shall not exceed a total of 50 pages in a common font size 12 font, spaced. The proposal shall be submitted as a application-generated (not scanned), searchable PDF document. A page is defined as each face of an 8.5 X 11-inch sheet of paper containing information. The page limitation does not apply to the licenses, contract evaluations, (i.e., CPARS) and documentation. This information should be provided as attachments to the SF 330. e. Any questions regarding this announcement can be emailed to Chad.Dinkins@va.gov and Joseph.Osborn@va.gov. no later than Thursday, November 2, 2023, by 10:00 EST to allow time to respond. Site Visits will not be arranged during this phase. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THIS IS A PRE-SOLICITATION NOTICE FOR ARCHITECT/ (A/E) ; NO SOLICITATION WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. ONLY THE A/E FIRMS RESPONDING TO THIS ANNOUNCEMENT BY SUBMITTING AN SF330 ON TIME WILL BE CONSIDERED FOR INITIAL EVALUATION. See attached document: PPQ AE. *The for this project is based on a financial range. The is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Project Abandoned

Medical

$10,000,000.00

Public - Federal

Renovation

Our team is requesting plans for this project.

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
54
Active Projects
33
Bidding Soon
517
All Active Projects
225
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.

November 20, 2024

img_map_placeholder

700 19th St S, Birmingham, 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.