Similar Projects
Design - EHRM Training and Admin Space Design
Renovation, Alteration
Design
$3,000,000 est. value
Jackson, MS 39216

RFQ Engineering - Jackson Municipal Airport Authority for Services in Connection With the Ramp Expansion at Gates 16 and 18
Infrastructure
Bidding
$100,000 CJ est. value
Jackson, MS 39201

RFP - Engineering Services for American Rescue Plan Act Rural Water Associations Infrastructure Grant Program
Term Contract
Bidding
Utica, MS 39175

AD HOC on Call Engineering Services Project Management
Infrastructure
Post-Bid
Jackson, MS 39208

Architectural and Engineering Design and Project Management Services
New Construction, Infrastructure
Post-Bid
Jackson, MS

Architect-Engineer Supplemental Services - Southeast Regional Office
Results

Southern Region Facilities Architect-Engineer Multiple Award Contracts
Results
$2,500 to $6,000,000 est. value

RFQ - Engineering Services for Water and Sewer Infrastructure
Term Contract
Pending Verification
Bolton, MS 39041

RFP - FY23 K-8 STEM Initiative Enhancement Project Grant
Term Contract
Bidding
Jackson, MS 39201

Unrestricted Architect-Engineering Airfield Paving Design MATOC
Term Contract
Post-Bid
Less than $30,000,000 est. value

Small Business South Atlantic Gulf Region 2 IDIQ Multi-Disciplinary Ae Design Services - Request For Qualifications
Results
$1,000,000 to $30,000,000 est. value

RFP Engineering - Various American Rescue Plan Act (ARPA) Water and Sewer Projects
Renovation, Infrastructure
Bidding
$300,000 CJ est. value
Jackson, MS 39201

Architect-Engineer - Air Field Pavement Design MATOC
New Construction, Term Contract
Post-Bid

Indefinite Delivery Indefinite Quantity Architectural-Engineering Contracts
Results

RFQ - Engineering Professional Services
Term Contract
Bidding
Jackson, MS 39201

Last Updated 03/09/2023 03:05 AM
Project Title

Renovate Physical Security Upgrade Pharmacy

Physical Address View project details and contacts
City, State (County) Jackson, MS 39216   (Hinds County)
Category(s) Professional Services
Sub-Category(s) Engineering
Contracting Method Competitive Bids
Project Status Design Development, Request for Qualifications, Construction start expected July 2023
Bids Due View project details and contacts
Estimated Value $383,835 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Mar 07, 2023 Contract Award Number: 36C25623C0022 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: UZMNKG2APNV2 Contractor Awarded Name: Miller-Remick LLC Contractor Awarded Address: Cherry Hill, NJ 08034-2524 USA Base and All Options Value (Total Contract Value): $383,835.00 1. CONTRACT INFORMATION: 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) 36.6. All submissions will be evaluated in accordance with the evaluation criteria listed herein. 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. The NAICS Code for this acquisition is 541330 and the applicable Small Business Size Standard is $22.5M. The area of consideration is RESTRICTED to the lower 48 Continental United States, in which either the A/E Firm s Primary or already established Auxiliary/Satellite Office must be located. In-order to use the address of an already established Auxiliary/Satellite Office, the A/E Firm must have employees of their firm who are currently (before and at the time of SF330 submission) physically located at the Auxiliary/Satellite Office (a home of an employee does not meet the requirement of an Auxiliary/Satellite Office) and are on the A/E s Payroll not employees of an actual or proposed subcontractor or on the payroll of an actual or proposed subcontractor. Contract Award Procedure: The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract. Interested parties shall ensure current Licensing and have a current Registration in the System for Award Management (SAM) database at https://www.sam.gov and the Vendor Information Pages database at https://www.vetbiz.va.gov as well as have submitted the current cycle VETS-4212 (formerly called VETS-100) Report per the requirements located at https://www.dol.gov/agencies/vets/programs/vets4212. Failure of a proposed SDVOSB to be certified by the VA s Center for Verification and Evaluation (CVE) at the time the SF330 s are submitted shall result in elimination from consideration as a proposed contractor. SDVOSB Requirements: In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a Service-Disabled Veteran-Owned Small Business concern agrees that, in the performance of the contract, it will not pay more than 50 percent of the amount paid by the government to it to firms that are not VIP listed SDVOSBs. c. Design Costs: All offerors are advised that in accordance with VAAR 836.606-71(a) the total cost of the architect or engineer services contracted for shall not exceed 6 percent of the estimated cost of the construction project not including any fees for investigative services, special consultant services that are not normally available in organizations or architects or engineers that are not specifically applied to the actual preparation of working drawings or specifications of the project for which the services are required, costs of reproducing drawings and specifications, travel and per diem allowances, etc. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly qualified AE firm selected to complete the design. The magnitude of construction (not design) of this project is between $2,000,000 and $5,000,000. 2. SELECTION CRITERIA: The selection criteria for this acquisition are listed below. Note: Each Evaluation Factor below is to be specifically addressed not only through the submission of the SF330s but also in Narrative Format to clearly show how each Evaluation Factor is formally addressed. FACTORS are listed in below in descending order of importance. (Factors 1, 2, and 3 are the most important and are equal to each other. Factors 4 & 5 are equal to each other and are less important than 1, 2, and 3. Factors 6 & 7 are equal to each other and are the least important) Factors 1 through 7 listed below in descending order of importance. Professional qualifications necessary for the satisfactory performance of required services; provide key personnel, it is expected that the individuals identified as key personnel will be performing tasks under the resulting contract. Include resumes for key personnel of proposed sub-consultants for all engineering disciplines: electrical, data communication, mechanical, civil, structural, environmental, interior design, LEED, commissioning, and cost estimating. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Capacity to accomplish the work in the required time, maintaining project schedules and project budgets. Cost control effectiveness and estimating accuracy. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (FAR 36.602-1 (a)(4)) be sure to include all past performance Department of Veterans' Affairs (include knowledge of VA design standards, technical manuals, and specifications)(provide no more than five (5) recent projects) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. Experience in construction period services 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 shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. 3. SUBMITTAL REQUIREMENT: This project is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). All original Standard Form (SF) 330 packages and Narrative Information shall be submitted by email only to Felicia Lovelady at the following email address: felicia.lovelady@va.gov (a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25622R0095. The SF330 may be downloaded from www.gsa.gov/forms. Completed SF330 s shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. All submissions shall be in black and white no color submissions please. (b) Firms that meet the requirements listed in this announcement are invited to submit an email copy of the completed SF330 including Parts I and II as described herein to the above email address no later than 2:00pm local (CST) on July 8, 2022. Late submission/proposal rules found in FAR 15.208 will be followed for submittals/proposals not received by the exact date and time listed above so please do not wait until the last minute to submit your SF330s Qualification Packages in the event of a firm s email or internet connectivity issues which are not considered to be excusable delays. (c) Interested firms shall address each of the seven (7) Selection Criteria in their SF330 s and additional documents/submittals. Interested firms shall limit the Narrative Information to support all seven (7) Evaluation Factors to ten (10) pages total (beyond the SF330s). Any additional Narrative Information past ten (10) pages total will not be considered. Failure to provide Narrative Information to support each of the seven (7) Evaluation Factors may negatively affect the interested firms Factor(s) Rating and subsequently their Overall Rating and Standing. 4. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF330 s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds. 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