BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a military facility in Salisbury, North Carolina. Working plans call for the renovation of a military facility.

Page 2 of 8 This request for A-E firm qualifications packages is 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-73, VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (Jan 2023) (Deviation) THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT- ENGINEER QUALIFICATION PACKAGES ONLY. PUBLIC ANNOUNCEMENT FOR PROCUREMENT OF ARCHITECT-ENGINEERING (A-E) SERVICES: This is a request for Standard Form 330, Architect-Engineer Qualifications only. A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) subpart 36.6. All submissions will be evaluated in accordance with the below selection criteria. 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. Firms will be selected based on demonstrated competence and qualifications for the required work. Any resulting award for the proposed A-E services will be procured under a negotiated Firm-Fixed Price contract. GENERAL INFORMATION: The Department of Veterans Affairs, Salisbury Veterans Administration Medical Center (VAMC), is seeking sources and intends to award a firm fixed-price contract for Architect-Engineering (A-E) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project # 659-24-902, Replace Air Handling Units located at 1601 Brenner Avenue, Salisbury, North Carolina 28144. The A-E Services listed herein is being procured in accordance with the Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in the SBA certification database at https://veterans.certify.sba.gov/ at time of submission of their qualifications in order to be considered for an award. As a prospective offeror for this Service-Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by VAAR 852.219-73. Pursuant to 38 U.S.C. 8127(l)(2), all interested firms are required to submit the certification at VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (Jan 2023) (Deviation) with their qualification package. The Government will not consider submissions from firms that do not provide the signed certification, and all such responses will be deemed ineligible for evaluation and award. The Salisbury VA Medical Center is a working facility and phasing plans for minimizing downtime, and provisions for continuation of service during outages is critical to this project. Point of Contact: Michael Proctor, Contract Specialist Email: michael.proctor2@va.gov PROJECT INFORMATION: Project No. 659-24-902 Project Title: A-E: Replace Air Handling Units Salisbury VA Medical Center 1601 Brenner Avenue Salisbury, North Carolina 28144 The NAICS Code for this procurement is 541330, Engineering Services, and the applicable Small Business Size Standard is $22.5 million annual revenue. The projected award date for the anticipated A-E contract is on or before July 08, 2024. The NAICS code for the anticipated Construction project is projected to be 236220 and magnitude of construction is predicted to be between $5,000,000 and $10,000,000. The anticipated award date of the construction phase of the project is to be determined (TBD). An Architect & Engineer (A-E) contract will be negotiated for the development of complete construction documents which include working drawings, specifications, reports, and construction period services. The A-E will be given written information; participate in project planning meetings, pre-proposal meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or e-mail; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. STATEMENT OF TASK/SCOPE OF WORK: 1. GENERAL INTENT: The Contractor (herein referred to as A/E ) shall provide Architect/Engineer (A/E) services to design a construction project at the W.G. (Bill) Hefner VAMC, Salisbury in accordance with this design scope of work. 2. STATEMENT OF WORK: A/E Part One Services (also known as Design Phase) for this design project includes 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 of replacing and/or rebuilding existing Air Handling Units (AHU) in Building 42. The scope of this project includes but not limited to the following infrastructure improvements: Installation of temporary AHU units with full controls at the chiller plant during replacement and/or rebuilding in place of ten AHUs that serve Building Houses, Audiology, Speech, and Community Living services. Refer to VA Technical Information Library (TIL) (www.cfm.va.gov/TIL ) which provides standards for all VA planning, design, and construction projects. A/E Part Two Services of this design project (also known as Construction Period Services) includes responding to construction contractor Requests For Information (RFIs) during the solicitation (solicitation support) and construction phases of the construction project, attendance at pre-bid, post-award and commissioning kick off construction project conferences, review of construction material submittals and shop drawings, approximately 4 site visits per month during construction (both scheduled and emergent) to ensure compliance with the design drawings and specifications, preparation of site visit reports, coordination with project commissioning requirements, review of any construction project modifications for cost and technical acceptability, attendance and participation during the final acceptance inspection, preparation of the punch list and preparation of record drawings of the completed construction project based on the construction contractor s as-built drawings. The A/E shall prepare a submittal log to be utilized by the VA during construction period services, maintain RFI log and provide meeting minutes for weekly construction meetings throughout the duration of construction. The above paragraphs constitute a basic outline of the work to be accomplished and in no way comprises all the details for design of this project. The A/E shall initiate detailed inspection of the project site to determine the needs and conditions for the design of this project. Copies of W.G. (Bill) Hefner VAMC, Salisbury record drawings and A/E will verify the validity of the record drawings prior to the start of design work and conduct site investigations as necessary throughout the design. The A/E shall be solely responsible for the management, including all associated labor, equipment, materials, mailing costs, and inspection, to meet the requirements of the design project. The A/E shall further provide meeting minutes for all meetings held under this design project. 3. DESIGN WITHIN FUNDING LIMITATIONS: The design shall be prepared by the A/E to permit the award of a construction contract, using Federal Acquisition Regulation procedures for the construction of the facilities, at a cost that does not exceed the project s estimated construction contract price of $6,797,000. 4.A DESIGN INDEPENDENCE, FURNITURE AND EQUIPMENT:A Designs for construction must produce a complete and usable facility or improvement when constructed.A VA policy (VHA Office of Capital Assets Management, Engineering and Support memo Updated Construction Guidance and Expectations dated Sep 12, 2016) requires the A/E to certify that their design (including all bid alternates/bid deducts) is independent of any future construction project.A In addition, the A/E must certify that it has produced a design that does not include furniture and equipment that will be procured separately. Equipment that can be part of the design in the includes those items to meet code requirements for building occupancy, items covered in the VA s Master Construction Specifications (PG-18-1) Divisions 1 through 10, 13 through 26 or 28 through 48, non-IT equipment items covered by Division 27 and items covered by Division Numbers 12 31 00, 12 32 00, 12 34 00 and 12 36 00. The A/E shall submit as part of the Final Bid Documents submittal a signed letter on company letterhead stating the design s independence. 5. DESIGN CRITERIA: The VA Technical Information Library (TIL) available at http://www.cfm.va.gov/til/index.asp is managed by the VA Office of Construction and Facility Management and is the master repository for all VA Numbered Standards for Construction to include design and construction specifications, procedures, standard details, building information modeling (BIM)/computer-aided design (CAD) standards, equipment guides, space planning and design guides. The documents of the TIL shall be the minimum design criteria for all VA projects performed in the construction of new facilities and the modernization, alteration, addition, or improvement of its real property. All design documents shall be developed in accordance with the VA TIL, including (but not limited to) the following listed Department of Veterans Affairs References: PG-18-1 Master Construction Specifications SOW Attachment 01 VHA Required Division 01 Specification Section List PG-18-3 Design and Construction Procedures [Including but not limited to: Codes, Standards, and Executive Orders] PG-18-4 Standard Details andA CAD Standards PG-18-5 Equipment Guide List H-18-8 Seismic Design Handbook PG-18-9 Space Planning Criteria PG-18-10 Design Manuals (by discipline) [Including but not limited to: Guiding Principles checklists as indicated for Minor Projects in Sustainable Design Manual, Life Cycle Cost Analysis] PG-18-12 Design Guides (graphical, by function) PG-18-13 Barrier Free Design Guides PG-18-14 Room Finishes, Door, and Hardware Schedules PG-18-15 Minimum Requirements for A/E Submissions PG-18-17 Environmental Compliance Manual H-7545 VA Cultural Resource Management Procedures OIT Infrastructure Standard for Telecommunications Spaces v3.0 (21 August 2020) The following references should also be used to complete the design documents: American National Standards Institute (ANSI) American Society for Testing Materials (ASTM) Building Industry Consulting Service International (BICSI) Federal Communications Commission (FCC), all Regulations, Procedures and Standards for Two-Way Radio Equipment, Systems and Operation Illuminating Engineering Society of North America (IESNA) Institute of Electrical and Electronic Engineers (IEEE) International Organization for Standardization (ISO), Standards for Protocols and Interfaces that include Open System Interconnections (OSI) Joint Commission on Accreditation of Healthcare Organizations (JACHO), Environment of Care Guidelines and Standards Facilities Guidelines Institute (FGI): 2010 , or most current issue, Guidelines for the Design and Construction of Health Care Facilities U.S. Green Building Council (USGBC) LEED Program & Sustainable Building Design Council The Green Building Initiative (GBI), Green Globes Environmental Assessment and rating System The American Institute of Architects (AIA) and National Society of Professional Engineers(NSPE) recent additions to their professional codes of ethics encouraging environmentally responsible design National Fire Protection Association (NFPA): A/E shall pay particular attention to the following publications: NFPA 20 Standard for the Installation of Stationary Pumps for Fire Protection NFPA 70 National Electrical Code NFPA 70 E Standard for Electrical Safety Requirements for Employee Workplaces NFPA 72 National Fire Alarm Code NFPA 75 Standard for the Protection of Electronic Computer/Data Processing Equipment NFPA 77 Recommended Practice on Static Electricity NFPA 80 Standard for Fire Doors and Fire Windows NFPA92A Recommended Practice for Smoke-Control Systems Page 2 -11 Architectural Design Manual August 1, 2014 CHAPTER 2: GENERAL REQUIREMENTS NFPA92B Guide for Smoke Management Systems in Malls, Atria, and Large Areas NFPA 99 Standard for Healthcare Facilities NFPA99B Standard for Hypobaric Facilities o NFPA 101 Life Safety Code NFPA 110 Standard for Emergency and Standby Power Systems o NFPA 780 Standard for the Installation of Lightning Protection Systems National Electrical Manufacturers Association (NEMA) Underwriters' Laboratories, Inc. (UL) Where conflicts exist between VA adopted codes and standards and the documents on the TIL, the A/E shall bring this to the attention of the VA. The resolution of the conflict shall be made by the authority having jurisdiction for VA to ensure consistency department wide. 6. DESIGN COLLABORATION: The A/E during this design project shall collaborate with the VHA Office of Healthcare Environment and Facilities Programs Special Engineering Program (HEFP/SEP) staff, VISN 6 and the Independent Life Safety Review Agent (LS Agent) for the project. Design submittal comments from these contractors, if concurred with by VA, shall be incorporated into the design. HEPF/SEP and/or VISN deliverables shall be coordinated with the A/E s design submittals to ensure compliance with all requirements are met. The A/E is required to ensure all elements of the design adhere to the Life Safety Code, including recommendations for temporary construction barriers, prior to the Independent Life Safety review. 7. INDEPENDENT LIFE SAFETY REVIEW: It is VHA policy that independent third-party fire protection code reviews will be provided for delegated construction projects by qualified fire protection engineers, and that qualified fire protection engineers will be part of the design team for selected projects, in accordance with the requirements of VHA Directive 7712. 8. ENVIRONMENTAL PROTECTION: The A/E shall assist the VA with completion of a National Environmental Policy Act (NEPA) assessment as required by the W.G. (Bill) Hefner VAMC, Salisbury, NC. If the NEPA assessment results in potential environmental impacts, the A/E shall be responsible for completing any auxiliary documentation required per PG-18-17 NEPA Interim Guidance for Projects located on the TIL (http://www.cfm.va.gov/til/etc/NEPAGuidance.pdf). Additional requirements may include, but are not limited to, Environmental Assessment, Environmental Impact Statement, and Record of Decision. The NEPA analysis and concluding documentation must be completed by the Final Bid Documents submittal. 9. PHYSICAL SECURITY: The A/E must include a certified physical security specialist. The specialists must be involved with the design beginning with the concept phase and the qualifications must be submitted to the Contracting Officer Representative (COR) for review and approval prior to the concept/basis of design phase. The specialists shall meet the specific requirements listed in the Physical Security Design Manual for Mission Critical Facilities located on the TIL (https://www.cfm.va.gov/til/PhysicalSecurity/dmPhySec.pdf ). The A/E shall ensure that all aspects of the applicable VA Physical Security Design Manual (either Life-Safety Protected or Mission Critical Facilities; both will be applicable depending on the area the work is taking place) are incorporated into the design and shall prepare a written report acknowledging compliance as required by the VAMC. The A/E must inform the COR of any physical security items that will be difficult to achieve during the concept/basis of design phase of the design and assist the VA with waiver requests as necessary. 10. HVAC DESIGN: In accordance with HVAC DESIGN MANUAL, November 2007, Rev August 1, 2023. (https://www.cfm.va.gov/til/dManual/dmHVAC.pdf) 11. SUBMITTAL REQUIREMENTS: Design submittals shall follow the requirements of Program Guide, PG-18-15, Volume C - A/E Submission Instructions for Minor and NRM Construction Program dated November 2008. Submittal documents shall be prominently marked For Official Use Only (FOUO) if they contain qualifying data as defined in Veterans Health Administration (VHA) Memorandum 2019-11-13 Sensitive Infrastructure Data Classification For Official Use Only (FOUO). The A/E shall deliver design submittal documents that follow the iterative phase breakdown for design work in PG-18-15 and as additionally specified below. Specific requirements for each discipline/work product listed under each phase can be found in PG-18-15; it is expected for the phase of design that each of the checked items in the SD/DD/CD columns will be completed for the submittal. The A/E shall attend a review meeting following each design submittal as indicated under the Project Schedule section of this Scope of Work. Each new submittal will incorporate all VA comments from the previous submittal. The Asbestos Abatement requirements in PG-18-15 are applicable at W.G. (Bill) Hefner VAMC, Salisbury due to the age of the campus (construction began in 1950 s). The following submittals will be required for this project: Quality Assurance/Quality Control (QA/QC) Plan Basis of Design (BD) - 10% - In addition to the requirements in PG-18-15, a Basis of Design is required. Basis of Design is a narrative presentation of facts, sufficiently complete, to demonstrate that the project concept is fully understood, and that subsequent design details, and their ultimate presentation in the final drawings and specifications, will be based on sound architectural and engineering decisions. Conceptual drawings of the planned design and the initial cost estimate will additionally be included. Schematic Design (SD)- 35% Design Development One (DD) 65% Construction Documents (CD)- 95% Final Bid Documents (Bid) 100% 12. DRAWING FORMAT: All drawings shall adhere to VA project software requirements for [Building Information Modeling (BIM) OR Computer Aided Design (CAD)] available at http://www.cfm.va.gov/til/projReq.asp. BIM software shall be Revit/CAD 2019 or the latest version available to W.G. (Bill) Hefner VAMC, Salisbury. The A/E shall provide a computer 3D model and prepare various 3D renderings to present to VA throughout the design phase to adequately represent architectural, mechanical/electrical/plumbing (MEP), site conditions and other items in the design to aide with facility visualization and contractor coordination. The project BIM model minimum requirements shall be developed to include the systems described below as they would be built, the processes of installing them and to reflect record drawing conditions (possibly incorporating into the W.G. (Bill) Hefner VAMC, Salisbury Master Record Drawing pending facility expertise). The deliverable model at the SD, DD and CD design phases shall be developed to include as many of the systems described below (but not limited to) as are necessary and appropriate at that design phase. Architectural/Interior Design Square Footage/Volume Room Names and Numbers Architectural Schedules Architectural Specialties and Woodwork Doors Windows Louvers Roof Floors Ceilings Vertical Circulation Walls/Curtain Wall Sizes, Shapes, & Material Data General Signage Schedules Furniture Equipment Structural Foundations Shafts and Pits Mechanical HVAC Plumbing Electrical/Telecommunications Power and Lighting Steam Distribution Other Engineering Data as Required Exterior Building Information Nurse Call System Asbestos/Hazardous Material Info Security System Information (Access Control, Security Cameras, Panic Alarms, Overhead Paging) Life Safety Information (Fire Extinguishers, Wall Ratings, Door Ratings, Fire Protection/Alarms) Departmental Ownership (By Common Name, Capital Asset Inventory Department Definition and Strategic Capital Investment Program Department Definition) 13. SUBMITTAL FORMATS: Submittals shall be submitted in electronic format and hard copy formats as listed below. Portable Document Format (.pdf), Microsoft Office Suite formats (.doc, .xls, and .ppt), Microsoft Project (.mpp) and Autodesk Revit Project (.rvt) files are acceptable. Submittals shall additionally be compliant with Section 508 of the Rehabilitation Act (29 U.S.C. '794 d); information on the requirements for accessible media can be found at http://www.section508.gov/. The A/E shall be responsible for providing: Meeting/Conference Minutes Meeting minutes for all formal meetings and conferences held with the VA; including weekly construction meetings. Meeting minutes shall be submitted within seven (7) calendar days of the meeting or conference. All documents in any of the electronic formats listed above. Minimum meeting minutes requirements Project name, number, meeting host, Meeting Name Date, Time, meeting ID, call in number, Duration, and consecutive number of total related meetings Participant list (Name, Title, Phone number (office and Mobile), Email, Attended Meeting (yes/no Check box) Meeting purpose, Roll call, COVID-19, and Additional Items Agenda items (Decisions, action items, and fixes or next steps) Next meeting date and time Detailed attachment list Construction Cost Estimates Construction cost estimates shall comply with Manual for Preparation of Cost Estimates & Related Documents for VA Facilities dated March 8, 2011. This document is available on the TIL at http://www.cfm.va.gov/cost/index.asp. All estimates in any of the electronic formats listed above. Quality Assurance/Quality Control (QA/QC) Plan All documents in any of the electronic formats listed above. Basis of Design (BD) All documents in any of the electronic formats listed above. Two (2) half-size paper bond sets of drawings 2 to VA Schematic Design (SD) All documents in any of the electronic formats listed above. Two (2) half-size paper bond sets of drawings 2 to VA Two (2) paper bond sets of specifications 2 to VA Two (2) paper bond sets of investigation reports, design calculations, space planning data and cost estimate - 2 to VA Design Development (DD), and Construction Documents (CD) All documents in any of the electronic formats listed above. Memo annotating what was not upgraded and corresponding justifications. One (1) full size paper bond sets of drawings - 1 to VA Two (2) half-size paper bond sets of drawings 2 to VA Two (2) paper bond sets of specifications 2 to VA Two (2) paper bond sets of investigation reports, design calculations, space planning data, construction schedule, construction statement of work (SOW) and cost estimate - 2 to VA Final Bid Documents (Bid) PDF files of drawings, specifications, and any miscellaneous design analysis documents such as submittal log and physical security compliance report. Certified memo annotating what areas/times were not upgraded and the corresponding justifications. Certified memo that the A/E design is independent of future projects and includes all equipment required for the project to be activated/full functional. Word files of specifications. Revit and AutoCAD files of drawings. One (1) full size paper bond sets of drawings - 1 to VA Two (2) half-size paper bond sets of drawings 2 to VA Two (2) paper bond sets of specifications 2 to VA One (1) paper bond sets of investigation reports, design calculations, space planning data, construction schedule, construction SOW and cost estimate - 1 to VA Construction Period Services (CPS) Requests for Information (RFI) Requests for Information shall be submitted within three (3) calendar days of submittal to the A/E. Submittal Reviews Submittal reviews shall be submitted within seven (7) calendar days of submittal to the A/E. Site Visit Reports Site visit reports shall be submitted within seven (7) calendar days of the visit. All documents in any of the electronic formats listed above. Modification/Change Order Requests Modification requests shall be submitted within seven (7) calendar days of submittal to the A/E. This includes the review of the contractor s change order/modification proposal for construction change orders, as well as the formulation of an IGCE for the modification, as requested. The A/E's reply regarding his/her review of cost proposals and his/her recommendations shall include an independent breakdown of costs in detail, quantities, and unit prices and shall cover both additions and deductions of labor, materials, and equipment. The A/E shall also supply cost estimates as requested by the COR for Request for Proposals for anticipated changes. All documents in any of the electronic formats listed above. Note - If major modification, VA will provide additional time and document format guidance. Punch List Punch list shall be submitted within seven (7) calendar days of the final acceptance inspection. All documents in any of the electronic formats listed above. Record Drawings Record drawings shall be delivered to the VA within thirty (30) calendar days after VA acceptance of the construction project. Autodesk Revit Project (.rvt) format and AutoCAD (.dwg) format. 14. PROJECT SCHEDULE/PERIOD OF PERFORMANCE: The A/E shall perform Part One Services/Design Phase work according to the schedule shown below. The A/E is also responsible for following specification Section 01 32 16.10 Architectural And Engineering CPM Schedules, which is located in SOW Attachment 05 - 01 32 16.01 EHRM Architectural and Engineering CPM Schedule. If a due date on the timeline below falls on a Holiday or Weekend, the submittal shall be due the following business day. The remaining timeline will not be shifted to accommodate Holidays or Weekends. Administrative Time 15 calendar days after receipt of Issuance of Award QA/QC Submittal & Basis of Design (BD) 10% Submittal 10 calendar days after end of Administrative Time QA/QC and BD 10% Submittal Review Meeting 15 calendar days after VA receipt of QA/QC & BD 10% Submittals 35% SD Submittal 30 calendar days after acceptance of QA/QC & BD 10% Submittals 35% SD Review Meeting 20 calendar days after VA receipt of 35% SD Submittal 65% DD Submittal 40 calendar days after VA acceptance of 35% SD Submittal 65% DD Review Meeting 20 calendar days after VA receipt of 65% DD Submittal 95% CD Submittal 60 calendar days after VA acceptance of 65% DD Submittal 95% CD Review Meeting 20 calendar days after VA receipt of 95% CD Submittal Final Bid Documents Submittal 10 calendar days after VA acceptance of 95% CD Submittal Final Bid Documents Acceptance Meeting 10 calendar days after VA receipt of Final Bid Documents Submittal Total Part One Services/Design Phase Schedule 250 calendar days *Note: 180 Calendar days for Contracting Total Part Two Services/Construction Phase Schedule 365 Calendar Days for Construction The 250 calendar days listed in part one project schedule may fluctuate based on when 95% CD submittal meets all VA guidelines and acceptance is issued. If 95% CD submittal is not accepted due to insufficient design requirements throughout the design period and additional time is deemed necessary. It is the responsibility of the AE firm to cover all costs associated with such delays. Part Two Services/Construction Period Services shall be performed during construction period. 15. CONTRACT OVERSIGHT: All contracts for this project shall be awarded MCP 6-VA Healthcare network. (NCO6); only a warranted VA Contracting Officer shall have authority to change the terms and conditions of a contract. These changes may involve the contract award amount, contract period of performance, issuance of stop work orders and changes to the statement of work. PCAC shall designate a Contracting Officer s Representative (COR) to monitor and manage the A/E s performance under the design project contract. The COR shall be a representative of the W.G. (Bill) Hefner VAMC, Salisbury Engineering Service Project Section and have the technical knowledge required to monitor and oversee the project. A COR from the W.G. (Bill) Hefner VAMC, Salisbury Engineering Service Project Section shall also be designated for the construction project contract to monitor and manage the construction contractor s performance under the construction project contract. This designation under the construction contract shall be considered equivalent to the industry standard of Owner s Representative and does not supersede or eliminate the A/E s responsibility for Part Two Services/Construction Period Services. The A/E ultimately shall be responsible for any errors and omissions with the design discovered during and after the construction phase. 16. REPORTING REQUIREMENTS: The Contractor shall be required to report to Building 15 to their respective COR to be badge for working hours and as well as after normal working hours. This check-in is mandatory. When the service is completed, the Contractor shall document services rendered on a legible field service report. The Contractor shall return to the same service and building to submit the field service report to the COR for signature during normal working hours or leave the service ticket in/at the room/mail/box location as directed by the COR. 19. SOW and ATTACHMENTS: The following list of documents are attached to this SOW for A/E use and incorporation into the project documents: Salisbury VAMC Design and Construction Manual Dec 19 (Attachment 001) Design shall comply with VA guidelines and specifications. Design manuals and specifications can be found at http://www.cfm.va.gov/TIL/. Design shall also meet all applicable codes and standards. Proposed work is located at Salisbury VA Medical Center; Building 42. A-E SELECTION PROCESS: The agency has convened an evaluation board for the evaluation of responses to this notice. Responses will be evaluated in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. Specifically, SF 330 submissions will be evaluated to identify the most highly qualified firms, using the selection criteria identified below. Discussions will be held with at least three (3) of the most highly qualified firms, in accordance with FAR 36.602-3(c). The processes at FAR 36.602-4 and FAR 36.606 will then be followed. Selected firms will be notified by telephone or email of selection and provided further instructions. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. 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 SF330 must be completed by the office/branch/individual team member performing the work under this contract. SELECTION CRITERIA: Evaluation and selection of firms will be based on submissions and direct responses to the following criteria which are numbered in descending order of importance: 1. Specialized experience and technical competence (sections F and H) in the design of project includes but not limited to the following infrastructure improvements: Replacement of nine AHUs that serve Building Houses, Audiology, Speech, and Community Living services. The evaluation may consider other elements such as project phasing to maintain hospital operations during construction, quality control procedures and familiarity with VA Design Guides/Manuals, Master Specifications, and other applicable standards. Additionally, prior experience of the prime and key subcontractors working together on relevant projects, as indicated in section G, will be considered in the evaluation. Offeror shall provide a minimum of 2 (two) but no more than 4 (four) recent and relevant projects to demonstrate its specialized experience and technical competence. Relevant is defined as those task requirements identified in the RFQ s Scope of Work. Recent is define 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. 2. Professional qualifications (section E) necessary for satisfactory performance of required service. 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 (5) years of experience and are required to be licensed, registered or certified by a US state, the District of Columbia or a US territory. Provide professional license jurisdiction of issue and license numbers and/or proof of licensure. At a minimum, the offeror shall describe the professional qualifications and not less than five (5) years of experience in the required disciplines. Disciplines required for this project include, but are not limited to: Architecture, Mechanical, Electrical, Plumbing, Structural, Civil, Fire Protection, Hazardous Material Abatement/Industrial Hygiene, Physical Security (note must hold the Certified Protection Professional (CPP) or Physical Security Professional (PSP) certification issued by ASIS International), Cost Estimation, and Project Management. The evaluation will consider education, certifications, training, registration, overall and relevant experience and longevity with the firm. 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 team proposed to perform under this requirements demonstrates the capability of 50% SDVOSB performance in compliance of 48 CFR 852.219-10. 3. Capacity (section H) to accomplish work in the required time. The following information is required for this factor: A. The Offeror shall provide the percentage of time personnel referenced under professional qualifications will be dedicated toward this project. B. The Offeror shall provide the available capacity for personnel listed under professional qualifications (section E). C. The offeror shall include a draft schedule outlining how they intend to meet the period of performance outlined in the SOW. Draft schedule will not be counted toward the page limitation. D. The Offeror may include any additional resources that will be dedicated toward this project. The evaluation will consider the firm s plan and ability to meet the schedule of the overall project, as well as the firm s approach to measuring and managing capacity both prior to and during contract performance to ensure qualified personnel are available to meet the contract requirements. 4. Past performance (section H and additional pages not counted toward page limitation) on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. CPARS data or PPQs (if no CPARS data is available) must be provided for projects submitted under Factor 1 (Specialized Experience). CPARS data and PPQs do not count toward the page limitation. Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. The following information is required for all projects: contract/task order number, project title, prime firm, start date, and completion date. 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 also evaluate past performance on previously awarded federal task orders and any other information available. Additionally, the Government will review the firm s previous ability to meet the 50% SDVOSB performance requirement on other task orders. If there is no CPARS data available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document. Note: We recommend you contact every reference listed and let them know we may contact them for information. Their timely replies would be appreciated. 5. Knowledge of the locality (section H), to include specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, local construction methods, construction firms and trades labor availability, and local laws and regulations. 6. Geographic Location: Location of the firm, as measured by the driving distance (miles) between the Offeror s principal business location and the Salisbury, North Carolina. Determination of the mileage will be based on Google Maps (https://www.google.com/maps/dir/). 7. Experience in construction period services (section H) for projects similar in scope to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates. The Department of Veterans Affairs shall evaluate each potential contractor in terms of the following as M firm meeting the synopsized selection criterion and "NM" means that the firm did not meet the synopsized selection criterion.: Selection Criteria Specialized experience and technical competence (sections F and H) in the design of project includes but not limited to the following infrastructure improvements: Replacement of nine AHUs that serve Building Houses, Audiology, Speech, and Community Living services. The evaluation may consider other elements such as project phasing to maintain hospital operations during construction, quality control procedures and familiarity with VA Design Guides/Manuals, Master Specifications and other applicable standards. Additionally, prior experience of the prime and key subcontractors working together on relevant projects, as indicated in section G, will be considered in the evaluation. Professional qualifications (section E) necessary for satisfactory performance of required service. 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 (5) years of experience and are required to be licensed, registered or certified by a US state, the District of Columbia or a US territory. Provide professional license jurisdiction of issue and license numbers and/or proof of licensure. Capacity (section H) to accomplish work in the required time. Past performance (section H and additional pages not counted toward page limitation) on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. CPARS data or PPQs (if no CPARS data is available) must be provided for projects submitted under Factor 1 (Specialized Experience). CPARS data and PPQs do not count toward the page limitation. Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. Knowledge of the locality (section H), to include specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, local construction methods, construction firms and trades labor availability, and local laws and regulations. Geographic Location: Location of the firm, as measured by the driving distance (miles) between the Offeror s principal business location and the Salisbury, North Carolina. Experience in construction period services (section H) for projects similar in scope to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates. PLEASE NOTE: The A-E Evaluation Board must be provided with complete and accurate information for ALL seven (7) evaluation factors above in order to rank as qualified and eligible firms. Therefore, the A-E firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The A-E firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. LIMITATIONS: 852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses. 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. SUBMISSION CRITERIA/REQUIREMENTS: Interested firms having the capabilities to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) electronically to michael.proctor2@va.gov no later than 3:00 p.m. Eastern Daylight Time on March 01, 2024. Interested firms are responsible for ensuring electronic delivery of submission by the time and the date specified. It is highly recommended interested firms confirm electronic submissions have been received by the Contracting Officer. Size limits of e-mails are restricted to 10MB. If more than one email is sent, please number emails in Subjects as 1 of n . (Example: SF330 Submission, # 36C24624R0042 Replace Air Handling Units, Project #659-24-902 (1 of n, 2 of n, etc.). All SF330 submissions shall be clearly indicated in subject line, displaying the procurement number and project title (abbreviated or shortened is okay). Interested firms are responsible for ensuring delivery of submission. ALL SF 330 SUBMISSIONS MUST INCLUDE THE FOLLOWING INFORMATION, EITHER ON THE SF 330 OR BY ACCOMPANYING DOCUMENT: 1) 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) SF 330 MUST INDICATE THE PERCENTAGE of the contract performance cost that will be expended by the prime firm s employees and in which discipline(s) and subcontracted percentage of contract performance cost to be expended (and in what disciplines). Any subcontracted or otherwise business entity must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, large, etc.). 6) A copy of the completed VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting 6ertificate of Compliance for Services and Construction. (NOTE: The Government will not consider submissions from firms that do not provide the signed certification, and all such responses will be deemed ineligible for evaluation and award.) 7) References noted in Selection Criteria 4 The firm and or A-E on staff representing the project must follow State of Virginia guidelines under State law for all licensing requirements to sign and seal drawings. Each respondent must be able to demonstrate the ability to comply with the Limitations on Subcontracting, in accordance with FAR Clause 52.219-14 and VAAR Clauses 852.219-73 and 852.219-75. Electronic submittals 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 considered. 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. VENDOR QUESTIONS: All questions shall be submitted to michael.proctor2@va.gov and sean.cosby@va.gov no later than 3:00 p.m. Eastern Daylight Time on February 15, 2024. Requests for Information (RFI) Requests for Information shall be submitted within three (3) calendar days of submittal to the A/E. The Method of Contractor Selection has not been determined at this Time *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Final Planning

Military

$10,000,000.00

Public - Federal

Renovation

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
191
Active Projects
97
Bidding Soon
1,694
All Active Projects
691
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.

April 1, 2024

img_map_placeholder

1601 Brenner Ave, Salisbury, NC

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.