Similar Projects
Structural Engineering Services Blast
Term Contract
Design
Boston, MA

RFP - Bridge Overview
Term Contract
Bidding
Boston, MA 02203

RFQ - Owner's Representative Services for RL/OL/GLT
Term Contract
Bidding
Boston, MA 02203

C1DA--EHRM PH2 Infrastructure Upgrade JP
Renovation, Term Contract
Post-Bid
Boston, MA 02130

Term Bridge and Tunnel Inspection Engineering Consultants
Term Contract
Post-Bid
East Boston, MA

C--Commissioning Authority (CXA) Services for the EPA
Results
$25,000 to $100,000,000 est. value

NGB Fire Protection - National Architect and Engineering Indefinite Delivery Indefinite Quantity Contract
Results
$70,000 to $10,000,000 est. value
Washington, DC

RFP Design - Conservatory Lab Charter School - Conservatory Lab Renovation and Addition
Addition, Demolition, Renovation, Infrastructure
Bidding
$15,000,000 CJ est. value
Boston, MA 02125

$98M AE IDCs for Fuel Design and Inspection Services, Worldwide
Renovation, Term Contract
Post-Bid
Less than $98,000,000 est. value

Multimedia Environmental Compliance Engineering Support for Navy, Marine Corps, and other DOD Installations, and Federal Agencies
Results
Norfolk, VA

RFQ/P - Agency-Wide Technical Assistance Consulting Services
Term Contract
Bidding
Boston, MA 02203

Professional Services for Orange Line Southwest Corridor Modernization
Term Contract
Post-Bid
Boston, MA

Geotechnical A-E IDIQ
Results
Less than $4,000,000 est. value

RFP - Overview of Various City Owned Streets
Term Contract
Bidding
Boston, MA 02203

Massport Building Condition Assessment
New Construction, Infrastructure
Post-Bid
Less than $750,000 est. value
East Boston, MA

Last Updated 05/08/2023 04:07 PM
Project Title

RFQ Design - EHRM Infrastructure Upgrade West Roxbury

Physical Address View project details and contacts
City, State (County) Boston, MA 02132   (Suffolk County)
Category(s) Professional Services
Sub-Category(s) Engineering
Contracting Method Competitive Bids
Project Status Conceptual Design, Request for Qualifications, Construction start expected July 2023
Bids Due View project details and contacts
Estimated Value $50,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

As of May 8, 2023, further details regarding design and construction have not been identified. A firm timeline for construction has not been established. The closed solicitation has been included below for reference. PRESOLICITATION NOTICE 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 # 523A4-22-700 EHRM Infrastructure Upgrades West Roxbury VA Hospital, project located at 1400 VFW Parkway, West Roxbury, Massachusetts 02132. Buildings, as per Statement of Work (SOW) and Attachments 0-15. 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 Part 36.6 Architectural and Engineering Services and VA Acquisition Regulation 836.6. 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 A-E design must be complete and bid-ready no later than 365 calendar days after Notice of Award. The disclosure of the magnitude of construction projects is between $20,000,000.00 and $50,000,000.00. A-E SELECTION PROCESS: Firms submitting SF 330 s 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 presolicitation 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. 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 phone interview or in-person 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, to include any questions or topics to address. Following the completion of discussions, the firms will be evaluated and ranked for selection based on the primary and secondary selection criteria (if necessary), and the most highly qualified firm will be selected and subsequently sent the solicitation. The final evaluation and ranking will consider the SF330 submission for each firm, as well as additional information obtained via discussions. A site visit will be authorized for the highest rated firm during the negotiation process. An award will 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 are not successful with the highest rated firm, 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. 3. 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 (sections F, G and H) in the design of network infrastructure installation, renovations, and/or upgrades to information technology (IT) systems (either as solely IT projects or incorporated into new space/renovation projects). Work shall include networking back bone fiber optics, structured cabling, electrical distribution upgrades, uninterruptable power systems (UPS), electrical bonding, building management systems/building automation systems (BMS/BAS), HVAC, telecommunication room renovations/expansions/relocations, data center reconfiguration, electronic and physical security upgrades, and all such systems and components as may be necessary to achieve project goals. 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. These areas shall be addressed in section H of the SF 330. 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 (in section F) 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. 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 (including RCDD), 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 re-quirements demonstrates the capability of 50% SDVOSB performance in com-pliance of 48 CFR 852.219-10. Capacity (section H) to accomplish work in the required time. The following information is required for this factor: The Offeror shall provide the percentage of time personnel referenced under professional qualifications will be dedicated toward this project. The Offeror shall provide the available capacity for personnel listed under professional qualifications (section E).A A The offeror shall include a draft schedule outlining how they intend to meet the period of performance outlined in the SOW.A Draft schedule will not be counted toward the page limitation.A The Offeror may include any additional resources that will be dedicated toward this project.A A 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. 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. 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. 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. 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 West Roxbury VAMC, 1400 VFW Parkway, West Roxbury, MA 02132. 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. 4. SUBMISSION REQUIREMENTS: The below information contains the instructions and format that shall be followed for the submission of the SF 330, Statement of Qualifications: Submit ONE (1) SF 330, Statement of Qualifications, via email to the Contract Specialist Jonathan.Hollis@va.gov. This shall include SF 330 and any applicable attachments. All responses are due on or before DAY: Wednesday, July 13, 2022, at 4:00 PM Eastern Standard Time (EST). The SF 330 shall be submitted in one email and have a file size shall be no larger than 5 MB. No hard copies will be accepted. The subject line of the email shall read: SF 330 Submission ; 36C77622R0129 Project 523A4-22-700 EHRM-Infrastructure Upgrades, West Roxbury, Massachusetts. The submission must include the SF 330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp). The page limitation of the SF 330 shall not exceed a total of 35 pages. This includes title page, table of contents, and any other relevant information. Each page shall be in in Arial size 12 font, single spaced. Part II of the SF 330 and any Contractor Performance Assessment Rating System (CPARS) reports will not count as part of the page limitations. All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: 1. Cage Code; 2. Unique Entity Identifier (UEI) number; 3. Tax ID Number; 4. The E-mail address and Phone number of the Primary Point of Contact; 5. A copy of the firms Vet Biz Registry. All questions shall be submitted via email to Jonathan.Hollis@va.gov by June 29 ,2022 at 4:00 PM Eastern Time. NOTE: Only submissions from SDVOSB concerns will be acceptable for this project. In order for an SDVOSB to be considered as a proposed contractor, the firm must be verified and visible by VET Biz (www.vetbiz.gov) and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications. Failure of a proposed SDVOSB to be verified by the CVE at the time the SF-330 is submitted shall result in elimination from consideration as a proposed contractor. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award. 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 package. It is the offeror s responsibility to check the Contract Opportunities website at: beta.sam.gov for any revisions to this announcement prior to submission of SF 330s. See SOW Attachments: ATTACHMENT 00 - AE Design SOW EHRM Infrastructure Upgrades ATTACHMENT 01 - VHA Required Division 01 Specification Sections ATTACHMENT 02 - 00 VA OEHRM Site Infrastructure Requirements v2.0 ATTACHMENT 03 - HEFP SEP Design Alerts 1-8 ATTACHMENT 04 - Sensitive Infrastructure Data Classification Memo - FOUO ATTACHMENT 05 - 01 32 16.01 EHRM Architectural and Engineering CPM Schedules ATTACHMENT 06 - Program Guide, PG-18-15 Volume C - A-E Submission Instructions for Minor and NRM Construction Program dated November 2008 ATTACHMENT 07 - Seasonal Influenza with Vaccines (SOW Attachment 07) ATTACHMENT 08 - VHA Directive 1061 Prevention of Healthcare Associated Legionella Disease ATTACHMENT 09 - West Roxbury VAMC Campus Map ATTACHMENT 10 - Site Self-Assessment X-Matrix ATTACHMENT 11 - VHA Supplemental Contract Requirements for Combatting COVID-19 (Amended December 14, 2021) ATTACHMENT 12 - West Roxbury Underground Utilities Map ATTACHMENT 13 - West Roxbury General Design Comments ATTACHMENT 14 - West Roxbury Electrical Background and Noise Study ATTACHMENT 15 Past Performance Questionnaire 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.

Details

Architectural, Renovation.
Division 31 - Earthwork.
Division 32 - Exterior Improvements.
Division 33 - Utilities.
Division 34 - Transportation.
Division 35 - Waterway and Marine Construction.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents