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 West Palm Beach, Florida. Completed plans call for the renovation of a elderly care / assisted living facility.

NOTICE THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330S 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 A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. 1. INTRODUCTION: This is a Pre-Solicitation Notice for project number 548-23-116 that requires Architect and/or (AE) for a project titled "Install Water Monitoring and Biocide Injection Stations". The project is at the West Palm Beach VA Medical Center, 7305 N. Military Trail, WPB, FL. This project is a 100% - for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB). The NAICS code for this procurement is 541330 " " and the small business size standard is $16.5M. This project requires a full team to complete this project. All information needed to submit SF330 documents is contained herein. The for construction (not ) of this project is $1,000,000.00 to $5,000,000.00. Federal Acquisition Regulations (FAR) 36.6 selection procedures apply. The architectural/ sources listed herein are being procured utilizing the Selection of Architects and Engineer's statute, also known as the Brooks Act or Qualifications Based Selection (QBS), FAR Part 36.6, VAAR Part 836.6, and VAAM Part 836.6. All submissions will be evaluated in accordance with (IAW) the evaluation criteria identified in the Selection Criteria. Firms deemed to be the most highly qualified, after initial source selection, will be chosen for discussions/interviews. Firms will be selected based on demonstrated competence and qualifications for the required work as submitted. Firms that or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents. 2. DESCRIPTION: The WPB Facilities Management Service department has identified the need to and install a system to continuously monitor water purity and conditions for hot and cold water at each floor level of the main hospital and the Community Living Center (CLC). Biocide residual levels in the building incoming water supply and at representative outlets will be addressed. AE Team will create a portable system for treatment of the municipal water in the main hospital building at each floor level. Includes installation of quick connect ports at the areas of each floor level where the riser extends out to the floor for hot and cold water. See attached statement of work for more detailed information. 3. The review/ of architectural, structural, mechanical, electrical, civil, or other features of the work shall be accomplished by architects or engineers registered in a State or possession of the United States, or in Puerto Rico or in the District of Columbia and be authorized to complete in the state of Florida. 4. The project drawings/ shall follow applicable standards and codes described in VA Program Guides and materials. Master Construction Specifications Index, VA Construction Standards Index, VA Standards Index, and Criteria are in the Technical Information Library (TIL) on VA Website address: http://www.cfm.va.gov/til/. 5. The awarded AE firm will prepare drawings and specifications in sufficient detail such that qualified outside general contracting companies can prepare accurate and timely proposals for the desired work. The awarded AE firm is responsible for ensuring that the specifications and drawings supplied fully represent all of the work described in the Request for Proposal (RFP). The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the AE firm to minimize the impact of the construction. 6. All offerors are advised that in accordance with VAAR 836.606-71, the total cost of the contract for AE must not exceed 6 percent of the estimated cost of the construction project plus any fees for related and activities. Additionally, FAR Clause 52.236-22(c) - Within Funding Limitation, will be applicable to this procurement action. limitation costs will be provided to the most highly rated AE firm selected to complete the . 7. Personal visits for the purpose of discussing this announcement will not be entertained or scheduled. Selection shall be in order of preference from the firms considered Most Highly Qualified. Questions may be directed only by e-mail to Stacy.Figlinski@va.gov. 8. In accordance with FAR 36.209 - Construction Contracts with AE Firms and 36.606 (c), all interested contractors are hereby put on notice that no construction contract may be awarded to the firm that ultimately designs this requirement. 9. Security Issues, Late Bids, Unreadable Offers a. Late of offers are outlined at FAR Part 15.208. Particular attention is warranted to the portion of the provision that relates to the timing of . b. Please see FAR 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers. c. To avoid rejection of an offer, vendors must make every effort to ensure their electronic is virus-free. Submissions or portions thereof submitted and which the automatic system detects the presence of a virus or which are otherwise unreadable will be treated as "unreadable" pursuant to FAR 15.207(c). d. Password protecting your SF-330 is not permitted. The Contracting Officer will file the offer electronically which will allow access only by designated Government individuals. 10. The selection of the most qualified contractor will follow the guidance provided in FAR 36.6 - Architect-Engineer . Additionally, this solicitation is also issued in accordance with Public Law 109-461, the Veterans Benefits, Healthcare Information and Technology Act of 2006, Sections 502 and 503, as a - for Service- Disabled Veteran-Owned Small Business (SDVOSB) contractors. Pursuant to 38 USC 8127(d), competition is restricted to SDVOSB construction firms, as there is a reasonable expectation that two or more offers from SDVOSB contractors will be received under this solicitation. Apparent successful offerors must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by of documentation of Veteran status and ownership and control sufficient to establish appropriate status. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz.gov at the time SF-330s are submitted, when the proposal is received as a result of the solicitation issued to the most qualified firm, and on the date of contract will result in the offeror's proposal/SF 330 being deemed not acceptable. All offerors are urged to contact the CVE and submit required documents to obtain CVE verification of their SDVOSB status if they have not already done so. 11. SF 330s will be evaluated in accordance with the selection criteria as stated in this 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. 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. The firms invited to participate in discussions will be notified by 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 selection criteria, and the most highly qualified firm will be selected and subsequently sent the solicitation. The final evaluation and ranking will consider the SF 330 for each firm, as well as additional information obtained via discussions. A site visit may be authorized for the highest rated firm during the negotiation process at no-cost to the Government. 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 can be made or the requirement is cancelled. 12. SELECTION CRITERIA: The VA will utilize the following selection criteria in descending order of importance: (1) qualifications necessary for satisfactory of required . Specific qualifications needed include (i.e., education, training, registration, certifications, overall relevant experience, and longevity with the firm) of personnel proposed for assignment to the project. (2) 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. a. Firms must submit four similar designs for involving water monitoring systems or similar work. Designs must be complete or substantially complete prior to the release date of the pre-solicitation notice. b. Firms (or design team members) will also be evaluated on their processes in relation to design quality management procedures, Computer-Aided Design and Drafting/Building Information Modeling, Building Information Modeling, equipment resources and laboratory requirements for the firm and any proposed subcontractors. c. Firms (or design team members) will also be evaluated on their experience at incorporating sustainability principles into designs and evaluations, descriptions of waste reduction techniques and energy efficiency in facilities designed by the team, as well as familiarity with the use of recovered materials on construction contracts. (3) Capacity to accomplish the work in the required time. (4) Past on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with schedules. (5) Location in the general geographical area of the project and knowledge of the locality of the project. 13. REQUIREMENTS: All responding firms are required to submit Standard Form 330, Architect Engineer Qualifications, Part I and Part II. The SF 330, Part I must clearly indicate the office location where the work will be performed and the qualification of the individuals and subcontractors proposed to work on the contract and their geographical location. You must submit your qualifications, and any supplemental information (such as past , spreadsheets, backup data, technical information), electronically to stacy.figlinski@va.gov no later than the due date and time of the . Files must be readable using the current Adobe Portable Document Format (PDF). When submitting construction drawings, contractors are required to submit one in AutoCAD and one in Adobe PDF. a. SF 330 submissions received after the due date and/or time will be handled IAW FAR 15.208 (b). b. Please see FAR 15.207(c) for a description of the steps the Government shall take regarding unreadable offers. c. To avoid rejection of an offer, vendors must make every effort to ensure their electronic submission is virus-free. d. Password protecting your offer is not permitted. e. Please note that the Government can no longer accept .zip files. f. SF 330s shall be provided on standard letter size 8-1/2 by 11-inch paper, to a maximum of thirty-five (35), -sided, -spaced, and numbered pages. This includes title page, table of contents, and any other relevant information. If more than thirty-five (35) -sided pages are submitted, all pages after thirty-five (35) pages will not be evaluated. The font for text shall be Times New Roman 12-point or larger. Part II of the SF 330 and any Contractor Assessment Rating System (CPARS) reports will not count as part of the page limitations. g. The SF 330 shall be submitted in one and have a file size no larger than 5 MB. No hard copies will be accepted. h. All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: 1) Cage Code; 2) Dun & Bradstreet Number (if assigned, historical purposes); 3) 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 i. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13 CFR 125.15 prior to contract . 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 VET Biz (www.vetbiz.gov) and registered in the System for Management (SAM) database (www.sam.gov) at time of of their qualifications. Failure of a proposed SDVOSB to be verified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. k. All questions shall be submitted via to Stacy.Figlinski@va.gov by April 3, 2023 at 12:00 PM EST. 14. VA Primary Point of Contact: Stacy Figlinski, NCO 8 Contracting Officer : stacy.figlinski@va.gov

Award

Medical

$5,000,000.00

Public - Federal

Renovation

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
269
Active Projects
121
Bidding Soon
1,829
All Active Projects
762
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.

April 12, 2024

September 9, 2024

img_map_placeholder

7305 N Military Trl, West Palm Beach, FL


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.