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 Altoona, Pennsylvania. 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'S ARCHITECT-ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. THE GOVERNMENT WILL NOT PAY, NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. 1. GENERAL INFORMATION: Veterans 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 the development of complete construction documents, which include working drawings, specifications, reports and construction period services for Project # 503-316 Facility Condition Assessment (FCA) Army Reserve Center project located at the Harry R. Harr US Army Reserve Center, Altoona PA. The VA, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is seeking an A/E team to be selected for a Facility Condition Assessment (FCA). The intent of this project is to provide an independent assessment of the condition of the site and utilities, buildings, and building service systems and subsystems at the CLP Harry R. Harr US Army Reserve Center. Systems are to be evaluated, described, and graded from A to F (see Paragraph Condition in the SOW). The scope of the FCA survey includes the technical and physical aspects of the systems as the solicited SOW. The A-E Services 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 Engineering Services, VA Acquisition Regulation (VAAR) 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 (SDVOSB) concerns. The NAICS code for this procurement is: 541330 Engineering Services and the annual small business size standard is $25.5M. A specialized team is required to complete this project. The award is projected to be made in September 2024. The anticipated period of performance for completion is 127 calendar days after notice of award (NOA). Please note that the 127-calendar-day period of performance begins with the issuance of the NOA and that a notice to proceed (NTP) will not be issued for the completion this project. 3. 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 submission 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 (3) 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 place 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 determined to be most advantageous and economical by the contracting officer. This may include written responses or Microsoft Teams phone interview presentations. However, the form of discussions will be the same for all firms. The firms invited to participate in discussions will be notified by email and provided further instructions, including any questions or topics to address. Following the completion of discussions, the firms will be evaluated for selection based on the primary and secondary selection criteria (if necessary). The final evaluation will consider the SF 330 submission 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 visit will be authorized for the highest rated firm during the negotiation process. An award will then be made as long as the negotiation of rates and hours leads to a fair 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 award can be made. 4. SELECTION CRITERIA: Firms responding to this notice will be evaluated using the primary and secondary selection criteria listed below. The factors are listed in descending order of importance. Primary Selection Criteria: Primary Selection Criteria (listed in descending order of importance): Specialized Experience and technical competence (sections F, G, and H): The offeror shall demonstrate the firm s specialized experience and technical competence, as the prime contractor, in design and construction period services provided to complete projects similar in type (size and scope) to those anticipated for this contract. The project will consist of the facility condition assessment of the site and utilities, buildings, and building service systems and subsystems and the project site. The evaluation will consider the offeror s experience as the prime firm and their experience working together with key subcontractors on relevant projects demonstrating familiarity with facility condition assessments. Submissions shall include no less than two (2) and no more five (5) recent and relevant Government and private experience projects similar in size scope and complexity, and experience with the type of projects/competence above. Relevant is defined as: experience pertaining to performing facility condition assessments and providing services that develop cost estimates for facility condition assessments. Recent is defined as services provided and ended or is ongoing within the past five (5) 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 AE Cost Estimate vs. Actual Construction Cost Contract number associated with the project Note: Awards to overseas offices for projects outside the United States, its territories and possessions, and awards to a subsidiary if the subsidiary is not normally subject to management decisions, bookkeeping, and policies of a holding or parent company or an incorporated subsidiary that operates under a firm name different from the parent company, will not be considered under this factor. 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 offeror shall include 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 Design quality management/control procedures, and Familiarity with VA Design Guides/Manuals, Master Specifications and other applicable standards. Professional Qualifications (Sections C through E) necessary for satisfactory performance of required services: This is intended to evaluate the personnel and their related qualifications. A resume for each of these key positions shall be provided via Section E in the SF330. Firm should indicate whether these personnel have professional certifications in their field e.g., PE in Mechanical Engineering. Key positions and disciplines required for this project include, but are not limited to: Senior Project Manager Architect Civil Engineer/Sanitary Engineer Electrical Engineer Structural Engineer Mechanical Engineer Fire Protection Engineer Environmental Engineer Historic Preservationist Cost Estimator Offer shall 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. Capacity (section H): 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, any federal agency, and private sector, during the previous twelve (12) months. Include the full potential value of any current indefinite delivery contracts the Prime firm has been awarded from any source. Offeror shall clearly state their available capacity presenting workload percentages for the key disciplines and/or team members. Also, the offeror shall provide the completion percentages and expected completion date for the VA projects awarded in the previous twelve (12) months. The information for this factor shall be provided in Section H of the SF 330. Please ensure the capacity applies toward the team/personnel provided in the SF 330. Past performance (section H): 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.A A A For any project that does NOT have CPARS data available, a Past Performance Questionnaire (PPQ) is required to be submitted with the SF330. The PPQ should be rated and signed by the evaluator. In the event that a firm does not receive a requested complete PPQ from an evaluator prior to the time for submission, the firm shall submit the partially completed PPQ with Section 1 and the Evaluator Information in Section 2 completed. Ensure a POC is listed with the project title/contract number. The VA will make reasonable attempts to contact the POC upon submission for PPQ completion. A 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. A 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. A 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 beA 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. A 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. Note: Project Past Performance information for projects performed shall be evaluated as either Relevant or Not Relevant. Not Relevant projects shall not be evaluated. The following definitions apply: Relevant: Past performance pertaining to Facility Condition Assessments. Not Relevant: Past/Present performance efforts involve none or significantly less magnitude of effort and complexities which are essentially what this contract requires. Recent: For the purposes of this contract, recent is performance occurring within the last five years from the posting of the contract synopsis. Projects which are not current shall not be evaluated. 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 Altoona VA Medical Center 2907 Pleasant Valley Blvd, Altoona, PA 16602. 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 submission. 5. SUBMISSION REQUIREMENTS: The below information contains the instructions and format that shall be followed for the submission of the SF 330, Statement of Qualifications: Submission Contents Firms are required to submit two documents: One SF330, Architect/Engineer Qualifications, Parts I and II, and any attachments, as a PDF on the SF330 form (form is available on-line at http://www.cfm.va.gov/contract/ae.asp). One separate document containing the following information: Cage code; Unique Entity Identifier (UEI); Tax ID Number; E-mail address(es) and Phone number(s) of the Primary Point(s) of Contact; Address of firm for correspondence; A copy of the firm s VetCert/Vendor Information Pages registration and verification Format of Submissions The page limitation of the SF330 PDF submission shall not exceed a total of thirty (30) pages. This includes cover letters, title pages, section divider pages, table of contents, etc. Every page in the PDF will count toward this page limit except CPARS, PPQs, and Part II of the SF330. GSA.gov provides a standard fillable SF330. The formatting of the SF330 submission shall follow that of the standard form, meaning each page shall be: In Arial font (not variations of Arial such as Arial Narrow or Arial Nova) Size 12 font Single spaced (no less than 1.0 is permitted) 8.5 x11 paper (except the organizational chart in Section D as long as the organizational chart is the only item on the larger paper) The margins shall be the pre-defined margins in the form-fillable SF330 on GSA.gov's website. All information shall be contained between the thick black lines at the top and bottom, and the sides may not extend horizontally beyond these thick black lines. Any pages with information that extends beyond these margins, uses a different font, uses less than single line spacing, or any pages in excess of the thirty (30) pages that are not exempt, will be removed and will not be evaluated. Submit ONE (1) SF 330, Statement of Qualifications and any attachments, and ONE (1) accompanying document containing the above SDVOSB information, via email to both the Contract Specialist Benjamin.Niznik@va.gov and to the Contracting Officer Samantha.Mihaila@va.gov. The subject line of the email shall read: SF 330 Submission; 36C77624R0133 FCA Army Reserve Center The SF 330 PDF shall be submitted in one email and have a file size shall be no larger than 5 MB. No hard copies will be accepted. Firms not providing the required information may not be evaluated. All information shall be included in the SF 330 submission package. Technical Questions All questions shall be submitted to Benjamin.Niznik@va.gov and Samantha.Mihaila@va.gov with the subject line SF330 Question FCA Army Reserve Center . The cutoff for question submission is 5:00 PM ET on 8/30/2024. Questions will be answered through modification to the Pre-Solicitation Notice posted to Contracting Opportunities at SAM.gov. Submission Due Dates All responses are due via email on or before 9/13/2024, at 5:00 PM Eastern Time. NOTE: 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. All emails shall be received by the VA email server by 5:00 PM ET. The time will NOT be based on when firms hit Send . DO NOT WAIT UNTIL THE LAST MINUTE TO SEND SUBMISSIONS. Errors in email address spelling or attempts at emailing timely will not recover a late submission. Other Information All prime firms shall meet the NAICS code requirement specified in this notice. The Contracting Officer shall verify the NAICS code in VetCert through the Small Business Administration (SBA) and/or the System for Award Management (SAM). Failure to meet the NAICS code requirement may result in the rejection of the SF330 submission. Reminder: This procurement is a 100% set-aside for SDVOSB concerns. Offers received from other than SDVOSB concerns will not be considered. All SDVOSBs shall be listed as certified by the SBA Veteran Small Business Certification (VetCert). Offerors shall be certified and visible in the SBA VetCert database (Veteran Small Business Certification (sba.gov)) at TIME OF SUBMISSION OF SF330 s, WRITTEN RESPONSES AND TIME OF AWARD. Failure to be BOTH visible and certified at the time of SF330s, Written Responses and time of award will result in the offeror being deemed unacceptable and ineligible for award. NOTE: As of January 1, 2023, all SDVOSBs that were previously verified by the VA 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 date 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. The NDAA 2021 grants a one-year grace period for self-certified SDVOSBs until January 1, 2024.A During the grace period, self-certified businesses have one year to file an application for SDVOSB certification and may continue to rely on their self-certification to compete for non-VA SDVOSB set-aside contracts. Self-certified SDVOSBs that apply before January 1, 2024, will maintain their eligibility through the expiration of the grace period until SBA issues a final eligibility decision. All Joint Ventures shall be SBA certified at time of submission, written response submission, and award, and shall submit agreements that comply with 13CFR 125.15 prior to contract award. It is the offeror s responsibility to check the Contract Opportunities website at: https://www.sam.gov/ for any revisions to this announcement prior to submission of SF 330s. LIST OF ATTACHMENTS The Method of Contractor Selection has not been determined at this Time.

Conceptual

Medical

$25,000,000.00

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
136
Active Projects
72
Bidding Soon
924
All Active Projects
431
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.

Sign-up for Instant Access.

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.

January 13, 2025

May 20, 2025

img_map_placeholder

2907 Pleasant Valley Blvd, Altoona, PA

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.