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 East Fayetteville, North Carolina. Conceptual plans call for the renovation of a medical facility.

PRESOLICITATION 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 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) services for Create Locked Memory Unit (LMU) design project located at the Fayetteville VA Medical Center in Fayetteville, North Carolina. The A-E shall include site visits, field investigation, studies, and user interviews to prepare drawings, specifications, and cost estimates for all facets of work and disciplines/trades to facilitate a construction project to construct approximately a 17,000 square foot locked memory unit. 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 November 2023. The anticipated period of performance for completion of design is 312 calendar days after Notice of Award (NOA). The FAR 52.236-22 Design Within Funding Limitation (APR 1984), for this project is $13,146,100.00 in accordance with the VAAR Magnitude of Construction. 3. SCOPE OF DESIGN The scope of work for this contract shall include but not be limited to the design services for Salem VA Medical Center. The contract will be separated into two parts: (1) A/E Part One Services (also known as Design Phase), and (2) A/E Part Two Services (also known as Construction Period Services) to include site visits, field investigation, studies and user interviews to prepare drawings, specifications and cost estimates for all facets of work and disciplines/trades to facilitate a construction project to construct approximately a 17,000 square foot locked memory unit. 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 Statement of Work (SOW). See Fayetteville Create LMU Design AE SOW 08.15.23. The deliverables outlined in the SOW are inclusive of the following: Conceptual Design Review, Schematic Design, Design Development DD-1, Design Development DD-2, and Final Submission. The deliverables schedule can be found in the SOW. Please note that the 312 calendar-day period of performance for the design completion begins with the issuance of the Notice of Award and that a Notice to Proceed 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: Responsive firms submitting SF330s 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 through evaluations of SF330 responses and Written Responses. The Technical Evaluation Board (TEB) will conduct an initial evaluation of the SF330s 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 the Written Response portion of the process. All firms not short listed will be notified at this time. The TEB will conduct evaluations 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 mandatory 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 initial SF330 qualifications. 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 SF330s will not be taken into consideration, as they are separate evaluations. 5. SF330 SELECTION CRITERIA: The A-E TEB will consider how each factor is addressed and how it is formatted to coincide with the selection criteria. The factors are listed in descending order of importance. Primary Selection Criteria: Specialized Experience: Specialized experience and technical competence in the design and construction period services for a complete design of aA locked memory unit facility or comparable facility. Project experience must include prevention of patient elopement and wandering, knowledge of security for locked facilities, and renovation of existing spaces. Experience with a locked memory unit facility or comparable facility will be evaluated as a strength. Other specialized experience includes experience in critical path scheduling, fire protection, construction infection control protocols, energy conservation, transition, and sustainable design practices. Submissions shall include no more or less than five (5) recent and relevant government and private experience projects similar in size, scope and complexity, and experience with the types of projects above. Relevant is defined as those task requirements identified in the Statement of Work. Recent is defined as services provided within the past 5 (five) years. 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 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 approach. The coordination of disciplines and subcontractors Quality control procedures, and Familiarity with VA Design Guides/Manuals, Master Specifications, and other applicable standards. Professional Qualifications: necessary for satisfactory performance of required service. The A-E shall demonstrate they are able to sign and stamp each drawing by individuals licensed in any state in the United States for the key positions listed below. 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 in each discipline must be registered but does not have to be registered in the state where the project is specifically 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) Cost Estimator Civil Engineer Electrical Engineer Environmental Engineer Fire Protection Engineer Industrial Hygienist Mechanical Engineer Plumbing Project Manager Quality Assurance Structural Engineer Physical Security Specialists 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. 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. 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. If 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. 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. 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. 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. 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 Fayetteville VAMC 2300 Ramsey Street Fayetteville, NC 28301-2856. 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 written responses. The secondary selection criterion will not be applied when determining a firm s SF 330 submission. 6. SUBMISSION CRITERIA/REQUIREMENTS: The below information contains the instructions and format that shall be followed for the submission of the SF330 Statement of Qualifications: Submit ONE (1) SF330 Statement of Qualifications via email to the Contract Specialist Arianne De Los Reyes, Arianne.DeLosReyes@va.gov. This shall include Parts I and II and any applicable attachments. The SF330 submission is due by 12:00 PM EST ON TUESDAY, September 12, 2023. The subject line of the email shall read: SF330 Submission - 36C77623R0168 Create LMU Design Fayetteville, NC and the submission must include the SF330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp). Firms must provide an accompanying document that includes the following information (The accompanying document will not count towards the page limitation of the SF330): Cage Code; 2) Unique Entity ID; 3) Tax ID Number; 4) The e-mail address and phone number of the primary point of contact; 5) A copy of the firm s SDVOSB verification. The SF330 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 page limitation of the SF330 shall not exceed a total of FIFTY (50) pages. Each page shall be in Arial or Times New Roman, size 12 font, single spaced. The title page, table of contents, CPARS and/or PPQs, and Part II of the SF330 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. 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 U.S. Small Business Administration (SBA), https://veterans.certify.sba.gov/. Offerors must be verified by SBA and visible in the 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 SBA verified at time of SF330, Written Responses submissions, and award and submit agreements that comply with 13CFR 125.15 prior to contract award. SF330 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 SF330 submission package. It is the offeror s responsibility to check the Contract Opportunities website at: www.sam.gov for any revisions to this announcement prior to submission of SF330s. All questions shall be submitted to Arianne.DeLosReyes@va.gov. The cutoff date for question submission is 12:00 PM EST ON TUESDAY, August 29, 2023. Questions will be answered through modification to the Pre-Sol Notice posted to Contract Opportunities.

Conceptual

Medical

$250,000.00

Public - Federal

Renovation

We’ve obtained documents for this project and are currently processing them.

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
200
Active Projects
103
Bidding Soon
1,953
All Active Projects
772
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.

September 12, 2024

img_map_placeholder

2300 Ramsey St, East Fayetteville, NC

Related To This Project


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.