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. Conceptual plans call 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, 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. GENERAL INFORMATION Veterans Health Administration (VHA) Program Contracting Activity Central (PCAC) is seeking sources and intends to a firm fixed price contract for Architect- (A-E) for the development of complete construction documents, which include working drawings, specifications, and reports, and construction period for Project # 548-102 Construct Blind Rehabilitation Unit Minor at the West Palm Beach VA Health Care System, at 7305 N. Military Trail, West Palm Beach, FL 33410. The A-E 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 (FAR) subpart 36.6 and , VA Acquisition Regulation (VAAR) 836.6, and VA Acquisition Manual (VAAM) M836.6 Architect-Engineer . 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% - for -Disabled Veteran-Owned Small Business (SDVOSB) concerns. The NAICS code for this procurement is 541310 and the small business size standard is $12.5M. A full team is required to complete this project. The VA expects to the anticipated A-E contract in mid-January 2024. The anticipated period of for completion of is 383 calendar after notice of (NOA). The VAAR of construction is between $10,000,000 and $20,000,000. Please note that the 383-calendar-day period of for the completion begins with the issuance of the NOA and that a notice to proceed (NTP) will not be issued for the completion of a project. 3. A-E SELECTION PROCESS Firms submitting SF 330s in response to this announcement, not later than the closing and time specified herein and in accordance with requirements, will be considered for evaluation. The selection will be made as follows: SF 330s will be evaluated in accordance with the primary selection criteria as stated in this pre-solicitation 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 of the most highly qualified firms will then be notified of the Government s intent to hold discussions. All firms not invited to participate in discussions will be notified at this time. In accordance with FAR 36.607(b), any requested debriefings of successful and unsuccessful firms will be held after final selection has taken and will be conducted, 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. Discussions will be held with the most highly qualified firms in the form of written responses. The firms invited to participate in discussions will be notified by and provided further instructions, including any questions or topics to address. Following the completion of discussions, the firms will be evaluated and ranked based on the primary and (if necessary) secondary selection criteria. The final evaluation and ranking will consider the SF 330 for each firm, as well as additional information obtained via discussions. The highest rated firm will be selected to receive the solicitation and engage in negotiations. The solicitation will be issued to the highest rated firm as a Request for Fee Proposal (RFP). All SOW attachments and site-specific documentation will be provided to the highest rated firm with the RFP. A site will be authorized during the negotiation process. An will then be made as long as the negotiation of rates and hours leads to a and reasonable determination of the final contract price. If negotiations with the highest rated firm are unsuccessful, 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. 4. SELECTION CRITERIA: Firms responding to this notice will be evaluated and ranked using the primary and secondary selection criteria listed below. The factors are listed in descending order of importance. The evaluation will consider how each factor is addressed and how it is formatted to coincide with the selection criteria. Primary Selection Criteria: qualifications necessary for satisfactory of required . The architects and engineers on the firm s staff representing the project or signing/stamping drawings in each discipline must possess a minimum of five years of experience and are required to be licensed, registered, or certified by a US state, the District of Columbia, or a US territory. Disciplines requiring Florida license include Civil/Structural and Hazardous Material Abatement/Industrial Hygiene. Provide license jurisdiction of issue and license numbers and/or proof of licensure. At a minimum, the offeror must describe the qualifications and specific experience in the required disciplines. Disciplines required for this project include, but are not to: Architecture, Mechanical, Electrical, Plumbing, Structural, Civil, Fire Protection, Hazardous Material Abatement/Industrial Hygiene, Physical Security Cost Estimation, and Project Management. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. 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 SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract to firms that are not certified SDVOSBs listed in the SBA certification database in compliance with VAAR 852.219-73. The information provided in sections C through E of 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. Specialized experience and technical competence in the and construction period provided for new construction of a healthcare facility. Project experience should include of administrative spaces, conference rooms, examination rooms and sustainable civil/site . Other specialized experience includes experience in critical path scheduling, hazardous materials, fire protection, construction infection control protocols, energy conservation, transition, and sustainable practices. Include no more than five Government and private experience similar in size, scope, and complexity, and experience with the types of 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 , and familiarity with VA 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 factor. Do not include this information in section H, unless it is pertinent to support the information listed in the other sections. Capacity to accomplish work in the required time. The evaluation will consider the team s plan and overall ability to meet the schedule of the project, as well as the capacity of personnel in key disciplines. Provide the team s capacity by listing all awarded during the previous 12 months, including the full potential of any current contracts, and by presenting current workload percentages for required disciplines. At a minimum, include the following for each project: project name, location, , completion percentage, and expected completion . The information for this factor must be provided in section H of SF 330. Please ensure the capacity applies toward the proposed team/personnel provided in SF 330. Past on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with schedules. CPARS data or PPQs (use attached PPQ if no CPARS data is ) must be provided for all submitted under Section F of the SF 330. The following information must be specified on each report: contract/task order number, project title, prime firm, , and completion . CPARS data and PPQs do not count toward the page limitation. Government past information systems may be accessed. Evaluating past and experience may include information provided by the firm, customer inquiries, Government databases, publicly sources, and additional in CPARS. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. Note: We recommend you contact every reference listed and let them know we may contact them for information. Their timely replies would be appreciated. The information for this factor must be provided in section H of SF 330. 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 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 to obtain any specific knowledge of certain local conditions or project site features required for this project. The information for this factor must be provided in section H of SF 330. Construction Period : Describe your team s approach to providing construction period that may include: 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; pre-final 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 . The information for this factor must be provided in section H of SF 330. Secondary Selection Criterion*: Geographic location. Location of the firm, as measured by the driving distance (miles) between the offeror s principal business location and the project site at 7305 N. Military Trail, West Palm Beach, FL 33410. Determination of the mileage will be based on Google Maps (https://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 discussions. The secondary selection criterion will not be applied when determining a firm s SF 330 highly qualified or not highly qualified. 5. REQUIREMENTS: The below information contains the instructions and format that must be followed for the of the SF 330 Statement of Qualifications: Submit ONE (1) SF 330 Statement of Qualifications to Contract Specialist Shawn Tavernia at shawn.tavernia@va.gov. This must include Parts I and II and any applicable attachments. The must include the SF 330, Architect-Engineer Qualifications (form is online at http://www.cfm.va.gov/contract/ae.asp). The SF 330 is due by 2:00 PM ET on September 11, 2023. The SF 330 must be submitted in one and have a file size no larger than 5 MB. No hard copies will be accepted. The subject line of the must read: SF 330 - 36C77623R0158 WPB Blind Rehab Project. The SF 330 must not exceed a total of 35 pages. This includes title page, table of contents, and any other relevant information. Any pages submitted by an offeror that exceed the limit will not be considered during the evaluation. Each page must be in Arial size 12 font, spaced. Part II of the SF 330 and any CPARs or PPQs will NOT count toward the page limitation. A PPQ obtained for another SF 330 may be submitted for this project. However, if significant portions of the project have been completed since the PPQ was filled out, a new PPQ should be submitted to accurately assess the project. Firms must include the following information in section B of the SF 330 : 1) SAM Unique Entity Identifier 2) Tax ID number 3) Cage code 4) Primary point of contact s address and phone number All questions must be submitted to Shawn Tavernia at shawn.tavernia@va.gov with the subject line SF 330 Questions WPB Blind Rehab . The cutoff for is 2:00 PM ET on August 25, 2023. Questions will be answered through modification to the pre-sol notice posted to Contract Opportunities at SAM.gov. This procurement is a 100% - for SDVOSB concerns. Offers received from other than SDVOSBs will not be considered. Offerors must be certified 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 , written response , and . Failure to be BOTH certified and visible in the VetCert database at these times will result in the offeror being deemed ineligible for . 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 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. All joint ventures must be SBA certified at the time of SF 330 , written response , and and must submit agreements that comply with 13 CFR 128.402 prior to contract . All prime firms must meet the NAICS code requirement specified in this notice. The Contracting Officer will verify the NAICS code in VetCert. Failure to meet the NAICS code requirement may result in the rejection of the SF 330 . SF 330 submissions received after the 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 . 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. The Method of Contractor Selection has not been determined at this Time. *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.

Conceptual

Medical

$20,000,000.00

Public - Federal

Renovation

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

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
265
Active Projects
126
Bidding Soon
1,856
All Active Projects
797
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.

September 11, 2024

November 27, 2025

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.