BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Site work and new construction of a mixed-use development in Boston, Massachusetts. Conceptual plans call for the construction of a medical facility; and for site work for 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. 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 #523-432, for the Construction of a New Inpatient Pharmacy at the West Roxbury VA Medical Center in West Roxbury, Massachusetts. 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 Architectural 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. PROJECT INFORMATION This project is a 100% - for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The NAICS code for this procurement is 541330 and the small business size standard is $25.5M. A full team is required to complete this project. The VA expects to the anticipated A-E contract in mid-February 2024. The anticipated period of for completion of is 365 calendar after notice of (NOA) and a notice to proceed (NTP) will not be issued for the completion of a project. The VAAR of construction is between $10,000,000 and $20,000,000. 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 requirements, will be considered for evaluation. The selection process will include the evaluation of qualifications (SF 330s), discussions, and fee proposal negotiations with the highest rated firm. Pricing will not be included in the evaluation factors for either the SF 330s. The evaluation of qualifications consists of the review of the provided SF 330s and of the highest rated firms. A minimum of three of the highest rated firms will then be shortlisted and invited to continue with discussions. All firms not shortlisted 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. The discussions consist of the evaluation provided by the shortlisted firms and selection of the top ranked firm. The prior evaluation of the SF 330s will not be taken into consideration during the final evaluation and ranking. The firms selected to participate in discussions will be notified by of selection and provided further instructions, including all requirements and a reiteration of the factors. After the discussions are conducted, the firms will be evaluated, and 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 -specific documentation will be provided to the highest rated firm with the RFP. A will be authorized during the negotiation process. selection will be made based on the results of the discussions 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 can be made. 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: Specialized experience and technical competence Specialized experience and technical competence in the and construction period shall be provided new build, renovations, or upgrades. experience should include electrical upgrades, building management systems/building automation systems (BMS/BAS), HVAC, IT room. Project experience should also include USP 795 Pharmaceutical compounding- Nonsterile preparations, USP 797 Pharmaceutical compounding -sterile preparations and USP 800 Hazardous drugs-handling in healthcare settings. Other specialized experience includes experience in critical path scheduling, fire protection, construction infection control protocols, energy conservation, transition, and sustainable practices. Submissions shall include no more and no less than five (5) recent and relevant Government and private experience similar in size and complexity, and experience with the type of /competence above. Relevant is defined as those task requirements identified in the Statement of Work. Recent is defined as provided within the past 5 (five) years. Each project shall include the following: Project title, and detailed narrative describing the of 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 address. & Deliverables provided under the contract/task order Period of , including start and completion dates Total dollar 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 . 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 Guides/Manuals, Master Specifications, and other applicable standards. qualifications (Sections C through E) necessary for satisfactory 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 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 qualifications. The lead designer in each discipline must be registered but does not have to be registered in the state where the project is . The A-E shall provide a resume for each of the key positions and disciplines required for the project. Key positions and disciplines required for this project include, but are not to: Architect (LEED certified) Mechanical Engineer CADD Technician Registered Communications Distribution Designer (RCDD) Project Manager Estimator Civil Engineer Electrical Engineer Environmental Engineer Fire Protection Engineer Industrial Hygienist Plumbing Engineer Quality Assurance Structural Engineer Physical Security Specialists Commissioning Agent 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 852.219-75. 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. Capacity: The evaluation will consider the firm s ability to meet the schedule of the overall project, as well as the capacity of key disciplines to perform the work in the re-quired time. Provide the capacity of key disciplines by providing current project workload, inclusive of all awarded by the VA during the previous 12 months and the full potential of any current contracts. Offeror shall clearly state their capacity presenting workload percentages for the key disciplines and/or team members. Also, the offeror must provide the completion per-centages and expected completion date for the VA 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 : Past on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with schedules. Past will be evaluated for all provided in Section F. The Contractor Assessment Rating System (CPARS) database will be reviewed to evaluate the that have a CPARS entry. CPARS are not required to be submit-ted with the SF330 . 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 , a Past 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 , 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 for PPQ completion. Evaluations may also include additional related from the firm, customer inquiries, Government databases, publicly sources, and additional in CPARS. The Government reserves the right to contact any POC listed on a CPARS report or PPQ. Evaluations will consider superior ratings on recently completed VA pro-jects as well as the reputation and standing of the firm and its principal officials with respect to , general management, and cooperativeness. If ap-propriate, the record of significant claims against the firm because of improper or in-complete architectural and 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 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 . However, any narratives provided for past in Section H will be counted toward the page limit. Knowledge of the locality: Knowledge of the locality, to include specific knowledge of certain local conditions or project 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 and locality, and NOT where the firm is , how far away the firm/branch office is from the , and how they would travel to the . Information related to the firm s shall instead be provided in Section H under Secondary Selection Criterion Factor 1, Geographic . See below. Experience in construction period : Experience in construction period to include solicitation support , field inspections during the construction period, coordination with commissioning requirements, 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, pre-final inspection visits, generation of punch-list reports, and production of as-built documentation. The information for this factor shall be provided in Section H of the SF 330. Secondary Selection Criterion*: Geographic . of the firm, as measured by the driving distance (miles) between the offeror s principal business and the project . West Roxbury VA Medical Center 1400 VFW Pkwy West Roxbury, MA 02132 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. DISCUSSIONS SELECTION CRITERIA In accordance with FAR 36.602-3(c), discussions will be held with the most highly qualified firms in the form determined to be most advantageous and economical by the contracting officer. This may include in writing via written responses, or live interview presentations via Microsoft Teams. However, the form of discussions will be the same for all firms. The firms invited to participate in discussions will be notified by and provided further instructions, to include any questions or topics to address. Following the completion of discussions, the firms will be evaluated and ranked based on the primary and secondary selection criteria (if necessary), and the most highly firm will be selected and subsequently sent the solicitation. The final evaluation and ranking will consider the SF330 for each firm, as well as additional information obtained via discussions. 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 the Contract Specialist, Gabriel D. Escarciga @ Gabriel.escarciga@va.gov and the Contracting Officer @ Kymberly.Morgan@va.gov. This must include Parts I and II and any applicable attachments. The must include the SF 330, Architect-Engineer Qualifications (form is at http://www.cfm.va.gov/contract/ae.asp). The SF 330 is due by 1:00 PM ET on November 13, 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 36C77624R0004 Construct New Inpatient Pharmacy West Roxbury, MA. The SF 330 must not exceed a total of 40 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 with normal (1 ) margins. 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 the CS & CO address with the subject line SF 330 Questions - Construct New Inpatient Pharmacy West Roxbury, MA The cutoff for question is 1:00 PM ET on October 23, 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 certified in the VetCert database at these times will result in the offeror being deemed ineligible for . 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 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 . 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

New Construction, Site Work

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

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
553
Active Projects
347
Bidding Soon
4,291
All Active Projects
1,762
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

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.

November 13, 2024

img_map_placeholder

1400 VFW Parkway, Boston, MA

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.