BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Demolition and new construction of a medical facility in Richmond, Virginia. Conceptual plans call for the demolition of a medical facility; and for the construction of a medical facility.

As of April 3, 2024, per owner, this project has not been awarded to date. 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: Veteran s 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) design services for an Improvement of Surgical Patient Privacy project at the H.H. McGuire VA Medical Center, located in Richmond, VA. The A-E shall include site visits, field investigation, conduct of studies and user interviews to prepare drawings, specifications, and cost estimates for all facets of work and disciplines/trades to facilitate a construction project construct up to 15,000 sf of new or renovated space consisting of a single story with interstitial addition to building 500 geared specifically towards the intensive care of surgical patients. The construction shall include a rooftop addition adjacent to the existing 4A MICU space. The project design will outline and specify (but is not limited to) the following construction activities: 1. Demolition work as necessary to construct new facility addition. 2. Structural designs in accordance with VA Standards. 3. Architectural design in accordance with this scope of work, and VA standards. 4. Interior design that provides a welcoming atmosphere and efficient workplace. 5. MEP designs that conform to VA design standard. The A-E Services contract 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 Concerns (SDVOSB). The NAICS Code for this procurement is 541330 Engineering Services and the annual small business size standard is $16.5M. This project requires a full design team to complete this project. The projected award for the anticipated A-E contract is December 2023. The anticipated period of performance for completion of design is 280 calendar days after Notice of Award (NOA). The FAR 52.236-22 Design Within Funding Limitation (APR 1984), for this project is $10,379,000 in accordance with the VAAR Magnitude of Construction. 3. SCOPE OF DESIGN Provide professional Architect/Engineer (AE) and healthcare planning services necessary to construct up to 15,000 sf of new and/or renovated space for an Intensive Care Unit patient care space as well as ICU supporting spaces. Services required of this A/E contract shall include, but are not limited to: Part I Preparation of Existing Conditions and Conceptual Design Investigative Services: Preparation of existing conditions plan and schematic design SD(15%) which includes site investigation for civil, structural, architectural, interior design, equipment/ furnishings, conveying equipment, mechanical, plumbing, fire protection, electrical, electronics/ security, telecommunications, healthcare technology systems and devices and environmental (asbestos abatement including but not limited to survey and sampling). Perform project site investigation in accordance with the Site Investigations section of this scope of work. Part II Preparation Drawings and Specifications Design Development: Preparation and submission for VA review interim design development document packages DD1, and DD2. Design development packages shall be submitted in accordance with the terms of the Design Package Submission Schedule section of the Scope of Work. Packages shall contain a complete set of documents as specified in the Design Requirements/Submissions section of this scope of work. The A/E shall develop a design necessary to meet the requirements listed in the Project Scope section. Design services shall include the following disciplines: civil, structural, architectural, interior design, healthcare architect/planner, equipment/furnishing, conveying equipment, mechanical, plumbing, fire protection, electrical, electronic/security, telecommunications, healthcare technology systems and environmental. Part III Preparation of Drawings and Specifications - Construction Documents Preparation of construction bid documents, CD1(95%), CD2(100%) and BD (Final Bid Documents) at the completion of the design development process in accordance with the Design Package Submission Schedule section. Final construction document packages shall contain a complete set of documents as specified in the Design Requirements/Submissions section of this scope of work. The AE shall finalize the design that meets the requirements in the Project Scope section of this scope of work and the construction budget. Design shall include the following engineering services: civil, structural, architectural, interior design, healthcare architect/planner, equipment/ furnishings, conveying equipment, mechanical, plumbing, fire protection, electrical, electronics/ security, telecommunications, healthcare technology systems and devices and environmental. Part IV - Construction Period Services (Option Line Item): Review and provide concise direction on all submittals, shop drawings, product data, samples, RFI s, change order proposals, etc. in accordance with Construction Period Services (Option Line Item) section of this statement of work. Services shall also include: Third party asbestos monitoring that will be performed during construction performed by a certified IH. Commissioning for HVAC systems in lieu of a VA hired 3rd party agent. Construction Laboratory Testing services as required by design specifications Providing record drawings based on finalized contractor red-line as-builts. Part V - Site Visits: Visit the site at the request of the VA in accordance with section Site Visits in this scope of work. The AE shall respond on site within a two-hour period when requested. A total of forty (40) site visits (at 1 person per visit) during construction shall be included. Each site visit shall be documented through a field report denoting the purpose and results of the site visit. 4. A-E SELECTION PROCESS: Responsive 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 initial selection evaluation. The selection process will be made using a two-phase process. Phase I consists of the initial evaluation of the SF-330 s and determination of the highest rated firms. A minimum of three (3) of the highest rated firms will then be short listed and invited to continue with Phase II of the process. All firms not short listed will be notified at this time. Phase II consists of Written Responses for the short-listed firms and selection of the top ranked firm to receive the solicitation and conduct negotiations. The firms selected for Written Responses will be notified by email of selection and provided further instructions and the evaluation criteria requirements. After the Written Responses are received, the firms will be evaluated and the top-ranked firm will be selected, sent the solicitation, and subsequent negotiations to follow. A site visit will be authorized for the highest rated firm during the negotiation process. Award selection will be made based on the results of the Written Responses and successful negotiation of rates for the project, and not the SF-330 qualifications from Phase I. 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. Please note that during the evaluation of the written responses, the prior evaluation of the SF 330s will not be taken into consideration as they are separate evaluations. 5. PHASE I SF330 SELECTION CRITERIA: The A-E TEB will consider how each factor is addressed and how it is formatted in order to coincide with the selection criteria. The factors are listed in descending order of importance. Primary Selection Criteria: Professional Qualifications (Sections C through E) necessary for satisfactory performance of required service. The design firm and A-E on staff representing the project must be licensed to practice in any one of the United States of America. Provide Professional License numbers and/or proof of Licensure. The evaluation shall consider the specific experience (minimum of five years) and qualifications (i.e., education, training, registration, certifications, overall relevant experience, and longevity with the firm as full-time employees) of personnel proposed for assignment to the project, and their record of working together as a team when evaluating professional qualifications. The lead designer signing drawings in each discipline must be registered in the particular state where the project is located. Key positions and disciplines required for this project include but are not limited to: Architect (LEED certified), CADD Technician, Registered Communications Distribution Designer (RCDD), Estimator, Civil Engineer, Electrical Engineer, Environmental Engineer, Fire Protection Engineer, Industrial Hygienist, Mechanical Engineer, Plumbing, Project Manager, Quality Assurance, Structural Engineer, Physical Security Specialists, 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 certified SDVOSBs by the Small Business Association s Veteran Small Business Certification (VetCert) in compliance of VA Acquisition Regulation (VAAR) 852.219-75. The information provided in sections C through E of SF 330 will be used to evaluate this evaluation factor. Do not include this information in section H, unless it is pertinent to support the information listed in the other sections. Specialized Experience: Specialized experience and technical competence in the design and construction period services in healthcare facilities shall be provided for building additions, renovations, or upgrades of clinical space. Projects experience should include medical center additions and renovations, vertical and horizontal expansion of existing hospitals, OIT infrastructure (fiber optics, data cable, structured cabling), electrical distribution design, electrical upgrades, uninterruptable power systems (UPS), electrical bonding, building management systems/building automation systems (BMS/BAS), HVAC, IT rooms, Data Centers/Server Rooms configuration, physical security, duct bank, and direct boring operations. Other specialized experience includes experience in critical path scheduling, fire protection, construction infection control protocols, energy conservation, pollution prevention, waste reduction, use of recovered materials, transition, and sustainable design practices. Submissions shall include no more than six (6) Government and private experience projects similar in size, scope and complexity, and experience with the types of projects above. 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. The information provided in sections F and G of SF 330 will be used to evaluate this evaluation factor. Do not include this information in section H, unless it is pertinent to support the information listed in the other sections. 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 Contract number associated with the project. Section G will be used to evaluate the prior experience of the prime firm and any key subcontractors working together on the provided relevant projects. The evaluation will also consider narratives addressing the following topics in Section H. Simply re-stating this list in Section H will not be sufficient. The narrative of how the firm addresses each of these will be evaluated. The management s approach; The coordination of disciplines and subcontractors; Quality control procedures, and Familiarity with VA Design Guides/Manuals, Master Specifications and other applicable standards. Capacity: The evaluation will consider the firm s ability to meet the schedule of the overall project, as well as the available capacity of key disciplines to perform the work in the required time. Provide the available capacity of key disciplines by providing current project workload, inclusive of all projects awarded by the VA during the previous 12 months and the full potential value of any current indefinite delivery contracts. Offeror shall clearly state their available capacity presenting workload percentages for the key disciplines and/or team members, including sub-consultants. Also, the offeror must provide the completion percentages and expected completion date for the VA projects awarded in the previous 12 months. The information for this factor shall be provided in Section H of the SF 330. Please ensure the capacity applies toward the team/personnel provided in the SF 330. Past performance: Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Past performance will be evaluated for all projects provided in Section F. The Contractor Performance Assessment Rating System (CPARS) database will be reviewed to evaluate the projects that have a CPARS entry. CPARS are not required to be submitted with the SF330 submission. The contract number for the project must be submitted with each project in Section F so CPARS can be reviewed in the database. For any project that does NOT have CPARS data available, a Past Performance Questionnaire (PPQ) is required to be submitted with the SF330. The PPQ should be rated and signed by the evaluator. In the event that a firm does not receive a requested complete PPQ from an evaluator prior to the time for submission, the firm shall submit the partially completed PPQ with Section 1 and the Evaluator Information in Section 2 completed. Ensure a POC is listed with the project title/contract number. The VA will make reasonable attempts to contact the POC upon submission for PPQ completion. Evaluations may also include additional performance related from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. The Government reserves the right to contact any POC listed on a CPARS report or PPQ. 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. If appropriate, the record of significant claims against the firm because of improper or incomplete architectural and engineering services may be evaluated. 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 SF 330 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 SF 330. For PPQs, please utilize the attached PPQ document. Completed PPQs should be incorporated into the SF 330 directly. PPQs should not be submitted to the VHA PCAC directly. Any PPQs will not be counted towards the page limitations for this submission. However, any narratives provided for past performance in Section H will be counted toward the page limit. Knowledge of Locality: Knowledge of the locality, to include specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, working with and local construction methods or local laws and regulations. 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, how far away the firm/branch office is from the site, and how they would travel to the site. Information related to the firm s location shall instead be provided in Section H under Secondary Selection Criterion Factor 1, Geographic Location. See below. Experience in construction period services Experience in construction period services to include solicitation support services, professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, support of construction contract changes to include drafting statements of work and cost estimates, attendance at weekly conference calls, providing minutes of meetings between the AE, VA, and contractors, pre-final inspection site visits, generation of punch-list reports, commissioning services and production of as-built documentation. The information for this factor shall be provided in Section H of the SF 330. Geographic location: Location of the firm, as measured by the driving distance (miles) between the Offeror s principal business location and the H.H. McGuire VA Medical Center; 1201 Broad Rock Boulevard, Richmond, VA 23249. Determination of the mileage will be based on Google Maps (https://www.google.com/maps/dir/). * The secondary selection criterions are used as a tie-breaker, if necessary, in ranking the most highly qualified firms following the completion of Written Responses. The secondary selection criterion will not be applied when determining a firm s SF330 submission Excellent, Acceptable, Good, Marginal, or Unacceptable. The information for this factor shall be provided in section H of the SF 330. 6. PHASE II 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 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 written responses. The top-rated firm will be selected based on their rating 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. The factors are listed in equal order of importance. Proposed Management and Coordination Plan: Discuss confidence and approach to completing a project of this scale with an expedited period of performance. Explain quality control methods that will be used throughout each design phase, and prior to each submission, and during construction. Describe strategy for control of estimated cost, and solutions for anticipated problems. Discuss proposed design team, their specific strengths, and experience that make them the best fit for this project. Discuss how the design teams will work together, and with the VA, to keep this design on schedule, within budget, and compliant with VA design requirements. Approach to Project Challenges: Discuss approach to overcome geographical obstacles considering the number of design phase and CPS site visits needed for this specific project. Identify elements in the SOW and supporting attachments that you see as challenges and provide recommendations for addressing each of these challenges. Simply restating the requirements (i.e., copying and pasting from the SOW) is not a sufficient response for this factor. Information about this project s challenges should provide specific examples and a plan on how each challenge will be managed. Proposed approach to Design Development: Discuss how the team will coordinate specifications and drawings to ensure the design is thorough, accurate, and complete. Describe approach to evaluate existing site conditions and ensure new work will not conflict with existing work. Discuss familiarization or experience with VA design guides and directives and their application to this design. Describe plans to ensure this design complies with all current VA requirements and any future updates, and specified equipment will be TRM (Technical Reference Model) approved. Expectations for VA A/E collaboration: Discuss what expectations the A/E firm would have from the VA for this project. Describe strategy for collaboration meetings throughout each phase and their significance to the overall end-product. . 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 via email to the Contract Specialist Susie Sisson at Mary.Sisson@va.gov. This shall include Parts I and II and any applicable attachments. The SF-330 submission is due by October 11, 2023 at 2:00 pm EST. The SF-330 shall be submitted in one email and have a file size that shall be no larger than 5 MB. No hard copies will be accepted. The subject line of the email shall read: SF-330 Submission; 36C77623R0170 Minor Design H.H. McGuire VA Medical Center Richmond, VA. 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 page limitation of the SF-330 shall not exceed a total of FIFTY (50) pages. This includes CPARS and/or PPQs and any other relevant information. 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 Form will NOT count as part of the page limitations. 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. *Important Note: For this procurement, all PPQs should be completed and returned to the submitting firm. The completed PPQs should be incorporated into the SF330 document. PPQs should not be submitted directly to VHA PCAC. In addition to the SF-330 submissions, firms must provide a second accompanying document that includes the following information (The accompanying document will not count towards the page limitation of the SF330): Cage Code; 2) Dun & Bradstreet Number; 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 to Mary.Sisson@va.gov. The cutoff date for question submission is September 26, 2023 at 2:00 pm EST. Questions will be answered through modification to the Pre-Sol Notice posted to Contract Opportunities. NOTE: This procurement is 100% set-aside for Service-Disabled Veteran-Owned Small Business concerns. Offers received from other than Service-Disabled Veteran-Owned Small Business concerns will not be considered. All Service-Disabled Veteran-Owned Small Businesses must be listed as verified by the VA s Center for Veterans Enterprises (CVE) (http://www.vetbiz.gov). Offerors must be verified by CVE and visible in the Vendor Information Portal (VIP) database at time of SF330 Submission, Written Responses, and award. Failure to be BOTH visible and verified at these times will result in the offeror being deemed unacceptable and ineligible for award. All Joint Ventures must be CVE verified at time of SF330 and Written Responses submissions and award 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: www.beta.sam.gov for any revisions to this announcement prior to submission of SF-330s. SOW attachments will be provided to the top-ranked firm selected to receive the solicitation. The Method of Contractor Selection has not been determined at this Time.

Conceptual

Medical

$10,379,000.00

Public - Federal

Demolition, New Construction

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

7

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
201
Active Projects
90
Bidding Soon
1,647
All Active Projects
678
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 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.

October 11, 2024

img_map_placeholder

1201 Broad Rock Blvd, Richmond, VA

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.