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 Murfreesboro, Tennessee. Conceptual plans call for the addition of a 14,000-square-foot medical facility; for the demolition of a medical facility; for site work for a medical facility; and for the renovation of a medical facility.

THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330 ARCHITECT-ENGINEER QUALIFICATIONS 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 FOR, 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 Scope of Work and the Past Performance Questionnaire. 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 ArchitectEngineering (A-E) services for Project #626-314 Construct Dental Clinic design at the Tennessee Valley Healthcare System (TVHS) Alvin C. York Campus in Murfreesboro, TN. The A-E shall provide all necessary architectural and engineering (A/E) services as required to prepare complete contract drawings, specifications, technical reports, and cost estimates/cost control, including services throughout construction, 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 ArchitectEngineer Services. In accordance with FAR 36.209, "Construction Contracts with ArchitectEngineer 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. The projected award date for the anticipated A-E contract is on or before late July 2023. The anticipated period of performance for completion of design is 293 calendar days after notice of award. The VAAR Magnitude of Construction for this project is between $5,000,000 and $10,000,000. 3. SCOPE OF DESIGN This procurement is to obtain all professional A-E services for the Construct Dental Clinic design project at the TVHS Alvin C. York Campus. This project will relocate and expand the Dental Clinic to Building 9. Approximately 14,000 square feet will be renovated to accommodate the expanded dental program and renovate nearby space to specialty clinics. In addition, approximately 1300 to 1700 square feet will be added to Building 9 for patient entry, accessibility screening, security and waiting. After the Dental Clinic relocation, the vacated space in building 1 will be converted to approximately 2,900 square feet of Clinical Support Space. Project will include parking / patient drop off and associated site development. The renovated space should be 30% better than American Society of Heating, Refrigerating and AirConditioning Engineers (ASHRAE) 90.1-2007.' 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: Schematic Design, Design Development, and Construction Documents. Please note that the 293-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 SF 330s 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 (SF 330s), discussions (interview presentations), and fee proposal negotiations with the highest rated firm. Pricing will not be included in the evaluation factors for either the SF 330s or the interview presentations. The evaluation of qualifications consists of the review of the provided SF 330s 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 interview presentations. All firms not shortlisted will be notified at this time. In accordance with FAR 36.607(b), debriefings of successful and unsuccessful firms will be held after final selection has taken place and will be conducted (if requested), to the extent practicable, in accordance with 15.503, 15.506(b) through (f), and 15.507(c). Note that 15.506(d)(2) through (d)(5) do not apply to architect-engineer contracts. The discussions consist of the evaluation of the interview presentations provided by the shortlisted firms and selection of the top ranked firm. The prior evaluation of the SF 330s shall not be taken into consideration during the evaluation of the interview presentations. The firms selected for the interview presentations will be notified by email of selection and provided further instructions, including all submission requirements and a reiteration of the factors. After the interview presentations are completed, 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 interview presentations 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 (SF 330) 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 Dental Clinic Buildings 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, Architect, Electrical Engineer, Cost Estimator, Civil Engineer, Fire Protection Engineer, Mechanical Engineer, Quality Assurance Specialist, Structural Engineer, Interior Designer, Commissioning Agent, and Physical Security Specialist. 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 SF 330 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 prime firm and any subcontractors in the design and construction period services provided for projects similar in size, scope, and complexity. Provide no more than five projects awarded within the past eight years, with at least 95% of the design completed, that best illustrate specialized experience related to this project scope, such as additions to existing structures, renovations within hospital facilities, outpatient medical clinics, and other related projects. At a minimum, include the following for each submitted project (if applicable): design start and end dates, construction start and end dates, estimated cost of construction based on design, final construction cost (or projected final construction cost if still underway), and specialized scope items that may include critical path scheduling, fire protection, construction infection control protocols, energy conservation, sustainable design practices, work in active hospitals, phasing, and specialized building types requiring physical security measures. The evaluation of the submitted projects will consider the relevant work performed; management approach; coordination of disciplines and subcontractors; prior experience of the prime firm and any key subcontractors working together on relevant projects; quality control procedures; and familiarity with VA Design Guides/Manuals, Master Specifications, and other applicable standards. All projects provided in the SF 330 must involve some effort or contribution from a firm, office, branch, or individual team member proposed to perform work under this contract. Any projects submitted that exceed the limit will not be considered during the evaluation. The information provided in sections F and G of the SF 330 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. Provide the team's available capacity by clearly presenting workload percentages for each of the key personnel identified in sections D and E, and by listing all active projects for the prime firm and subcontractors, including the full potential value of any current indefinite delivery contracts. At a minimum, include the following for each project: project name, location, award date, completion percentage, and expected completion date. The information for this factor shall be provided in section H of the SF 330. Please ensure the capacity applies toward the proposed team/personnel provided in the SF 330. 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 Reporting System (CPARS) ratings. Provide performance reports for all projects submitted in section F and include the following information for each project: contract/task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional performancerelated information from the firm, customer inquiries, Government databases, publicly available sources, additional projects in CPARS, and other information available to the Government. 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. As appropriate, the record of significant claims against the firm because of improper or incomplete architectural and engineering services will be considered. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being considered less qualified. A Neutral rating will be selected if the past performance information for the projects submitted in section F is missing or insufficient for a determination on past performance to be made. All projects provided in the SF 330 must involve some effort or contribution from a firm, office, branch, or individual team member proposed to perform work under this contract. The information for this factor shall be provided in section H of the SF 330. 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 SF 330 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 (if applicable): Any prime firm or subcontractor experience within the VISN or at the VAMC Soil conditions and any effects they could have on required trenching or digging (if applicable) Approach to addressing any unique climate conditions (if applicable) Geological conditions, such as seismic (if applicable) State or local construction codes, laws, or regulations Local Market Conditions familiarity (estimating and sub-contractor availability) 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 this project. The information for this factor shall be provided in section H of the SF 330. Note that the intent of this factor is to showcase a firm's understanding of the site and locality, and not where the firm is located and how they would travel to the site. 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 SF 330. 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 SF 330 evaluations. The secondary selection criterion will not be applied when determining a firm's SF 330 submission "Excellent," "Good," "Acceptable," "Marginal," or "Unacceptable." The information for this factor shall be provided in section H of the SF 330. 6. INTERVIEW PRESENTATIONS SELECTION CRITERIA In accordance with FAR 36.602-3(c), discussions will be conducted in the form of interview presentations. The selected firms will be invited to present their interview presentations via Microsoft Teams to the A-E Technical Evaluation Board. The instructions for the interview presentations 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 interview presentations. The previous ratings from the SF 330 evaluations are not applicable during discussions. Below are the evaluation factors for the interview presentations. All factors listed are of equal importance. 1. Team Proposed for this Project: Provide an organizational chart of the team and discuss the roles of the key personnel for this project. If possible, include the assigned key personnel in the interview presentations. Describe the specialized experience and technical competence of team related to this Dental Clinic Project. Also, provide assurance that the team members that are proposed are the actual team members that will be used to execute the design/ CPS. 2. Proposed Management Plan: Address design phase quality control and plan, construction phase quality control and plan. Explain techniques planned to control estimated cost, project schedule, quality of deliverables, and solutions for anticipated problems. Discuss constructability review process and identify specific personnel performing constructability review for all disciplines and their qualifications, and methods for managing RFI's and submittals in a timely fashion. 3. Proposed Approach to Design Development: Discuss plan to ensure specifications and drawings are complete, accurate, all inclusive, and coordinate with each other. Discuss approach to evaluate existing site conditions and coordination with All Engineering Disciplines. Provide a detail schedule showing design submission dates and completion time (using Microsoft Projects or equivalent). Discuss approach to interim review of each phase to coordinate disciplines regarding existing and proposed work and to evaluate potential conflicts. 4. Approach to Project Challenges: Discuss approach to overcome geographical obstacles considering the amount of site visits needed for this specific project (address both design phase site visits as well as CPS visits). Discuss ability, familiarization, or experience with VA design guides and directives and their interpretations and application to this design. 5. Experience with similar projects: Describe your specific experience with dental projects. How close was the estimate to the bid How long did it take to construct the project How many change orders/modifications were involved 7. 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 to Richelle Gray and Amos L. Jackson at Richelle.gray@va.gov and amos.jackson@va.gov.This shall include Parts I and II and any applicable attachments. The submission must include the SF 330, Architect-Engineer Qualifications (form is available online at http://www.cfm.va.gov/contract/ae.asp). The SF 330 submission is due by 1:00 PM ET on April 3, 2023. The SF 330 shall be submitted in one email and have a file size no larger than 5 MB. No hard copies will be accepted. The subject line of the email shall read: "SF 330 Submission - 36C77623R0052 Construct Dental Clinic Minor Design Project." The SF 330 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 SF 330 will NOT count toward the page limitation. 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 SF 330 document. PPQs should not be submitted by the evaluator directly to VHA PCAC. Firms must include the following information in section A of the SF 330 submission: 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 All questions shall be submitted to Richelle.gray@va.gov and amos.jackson@va.gov with the subject line "36C77623R0052 - Murfreesboro Dental Clinic Minor Design Question." The cutoff for question submission is 1:00 PM ET on March 15, 2023. Questions will be answered through modification to the Pre-Sol Notice posted to Contract Opportunities at SAM.gov. 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. Offerors must be verified as SDVOSBs by the U.S. Small Business Administration (SBA) and visible in the Veteran Small Business Certification (VetCert) database (https://veterans.certify.sba.gov/) at the time of SF 330 submission, written response submission, and award. Failure to be BOTH visible and verified at these times will result in the offeror being deemed ineligible for award. NOTE: As of January 1, 2023, all SDVOSBs that were previously verified by VA's Center for Verification and Evaluation (CVE) are automatically granted certification by the SBA for the remainder of the firm's eligibility period. The SBA intends to grant a one-time, one-year extension of certification to current SDVOSBs verified by the VA as of the transfer date on January 1, 2023. This additional year will be added to the existing eligibility period of a current participant. New applicants certified by SBA after January 1, 2023, will receive the standard three-year certification period. The National Defense Authorization Act for Fiscal Year 2021 (NDAA 2021) grants a one-year grace period for self-certified SDVOSBs until January 1, 2024. During the grace period, self-certified businesses have one year to file an application for SDVOSB certification and may continue to rely on their self-certification to compete for non-VA SDVOSB set-aside contracts. Self-certified SDVOSBs that apply before January 1, 2024, will maintain their eligibility through the expiration of the grace period until SBA issues a final eligibility decision. All joint ventures must be SBA verified at the time of SF 330 submission, written response submission, and award and must submit agreements that comply with 13 CFR 128.402(c) prior to contract award. All prime firms must meet the NAICS code requirement specified in this notice. The Contracting Officer shall verify the NAICS code in VetCert. Failure to meet the NAICS code requirement may result in the rejection of the SF 330 submission. 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 SAM.gov for any revisions to this announcement prior to submitting their SF 330.

Conceptual

Medical

$10,000,000.00

Public - Federal

Addition, Demolition, Renovation, 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
139
Active Projects
90
Bidding Soon
1,170
All Active Projects
487
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 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.

April 3, 2024

January 21, 2025

img_map_placeholder

3400 Lebanon Rd, Murfreesboro, TN

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.