Similar Projects
A & E Multiple Award Task Order Contract (MATOC)
Design
$3,500 to $100,000,000 est. value

RFP Engineering - Bird Island Treatment Facility Boiler and Steam System Improvements
Renovation
Bidding
$1,580,000 CJ est. value
Buffalo, NY 14207

RFP Engineering - LRRT - 400 Block Special Trackwork
Infrastructure
Bidding
$1,700,000 CJ est. value
Buffalo, NY 14202

Engineering, Planning and Development
Post-Bid

MATOC (Idc'S C-213, C-214, C-215, C-217 And C-218) General Architect-Engineer (AE) Services for Primarily Riverine Flood Risk Management and Ecosystem Restoration Projects To Include Green Brook FRM
New Construction
Post-Bid
$10,000,000 to $20,000,000 est. value

C--A and E Multi-Discipline for Implementation of Utilities Asset Management Systems for Navy Utilities Located Throughout the Naval Facilities Engineering Command Area of Responsibility, Worldwide.
Results
Less than $50,000,000 est. value

USCG Ocean Architect/Engineering IDIQ MATOC
Results
$3,500 to $2,500,000 est. value

RFP - Actuarial Services Gasb 75
Term Contract
Bidding
Buffalo, NY 14202

Under Platform Conduit Replacement Phase I
Post-Bid
Buffalo, NY

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

RFP - Actuarial Services Gasb 16
Term Contract
Bidding
Buffalo, NY 14202

Design, Term Agreement for Design Of 1R Projects
Term Contract
Post-Bid

Nationwide Architect and Engineering IDIQ - Small Business Pool
Results
Less than $10,000,000 est. value

Multiple Award Contract (MAC), Indefinite Delivery /Indefinite Quantity (IDIQ), Architect-Engineer (A-E) Traffic Engineering and Transportation Planning Services in Support of Projects Primarily in the Mid-Atlantic (NAVFAC MIDLANT) Area of Responsibility
Term Contract
Post-Bid
$40,000,000 est. value

Water Tank Inspections, OCONUS and CONUS
Results
$10,000 to $5,000,000 est. value

Last Updated 09/28/2022 08:40 AM
Project Title

EHRM Infrastructure Upgrades Buffalo

Physical Address View project details and contacts
City, State (County) Buffalo, NY 14215   (Erie County)
Category(s) Professional Services
Sub-Category(s) Engineering
Contracting Method Competitive Bids
Project Status Schematic Drawings, Request for Qualifications, Construction start expected May 2023
Bids Due View project details and contacts
Estimated Value $3,256,148 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Award Details Contract Award Date: Sep 22, 2022 Contract Award Number: 36C77622C0147 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: DSLZLPNTLGJ9 Contractor Awarded Name: TRIPLE C - THE A&E GROUP, LLC Contractor Awarded Address: LARAMIE, WY 82070 Base and All Options Value (Total Contract Value): $3256148.00000000 Page 7 of 7 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 # 528-22-700 EHRM Infrastructure Upgrades Buffalo, NY project located at the Buffalo VA Medical Center, Buffalo, New York. Buildings as listed on the attached Matrix (Attachment 10) include: 1, 2, 3, 5, 20, Parking Garage and site. 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 design must be complete and bid-ready no later than 365 calendar days after Notice of Award. The magnitude of construction is between $20,000,000 and $50,000,000 3. 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 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. 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. 4. SELECTION CRITERIA: Firms responding to this notice will be evaluated and ranked using the primary and secondary selection criteria listed below. Criteria one through five are considered most important and equal among themselves and criteria six and seven are the least important and listed in descending order. 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 in the design of network infrastructure installation, renovations, structural and civil designs, 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. Other specialized experience includes experience in critical path scheduling, experience with structural and civil designs, architectural designs related to high rise additions, experience with State Historic Preservation Office (SHPO), force protection and physical security for healthcare facilities, fire protection, construction infection control protocols, energy conservation and sustainable design practices. Include Government and private experience on project similar in size, scope and complexity and experience with project phasing to maintain hospital operations during construction. Post construction award services including shop drawing review, as-built drawings and Quality Assurance Plan (QAP) preparation, construction inspection services, and Operating and Maintenance Manuals. The evaluation may consider the management approach, coordination of disciplines and subcontractors, quality control procedures, prior experience of the prime firm and any key subcontractors working together on relevant projects and familiarity with VA Design Guides/Manuals, Master Specifications and other applicable standards. The information provided in section F and G of the SF 330 will be used in evaluating this evaluation factor. 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 RFP 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 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 re-quirements demonstrates the capability of 50% SDVOSB performance in com-pliance of 48 CFR 852.219-10. Information provided in sections C through E of the SF 330 will be used to evaluate this factor. Construction Period Services. Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answer request for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates. Offerors shall submit evidence of construction period services performed during example projects from Criterion 1. Past performance 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). See attachment 11 for PPQ format. 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. Note: We recommend you contact every reference listed and let them know we may contact them for information. Their timely replies would be appreciated The information for this factor shall be provided in Section H of the SF 330. Capacity to accomplish work in the required time. The evaluation will consider the firm s plan and ability to meet the schedule of the overall project, as well as the available capacity of personnel in key disciplines. Describe the firm s ability to concurrently perform and manage multiple projects in different locations to meet aggressive schedules, multiple disciplines, and control costs and ability to accomplish multiple projects simultaneously. Provide the available capacity of required disciplines by providing current project workload, inclusive of all projects awarded during the previous 12 months and the full potential value of any current indefinite delivery contracts. The information for this factor shall be provided in Section H of the SF 330. Please ensure the capacity applies towards the team/personnel provided in the SF 330. Small business Subcontractors. 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. Indicate sub-consultant firm s socio-economic status on SF330 Part I, Contract Specific Qualifications, Section C, Proposed Team. Knowledge of the locality, to include specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, local construction methods or local laws and regulations. The information for this factor shall be provided in Section H of the SF 330. The information for this factor shall be provided in Section H of the SF 330. Secondary Selection Criterion*: Geographic location. Location of the firm, as measured by the driving distance (miles) between the Offeror s principal business location: VA Medical Center - Buffalo VA Western New York Healthcare System 3495 Bailey Avenue Buffalo, NY 14215 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. 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 Lorna.Craig@va.gov . This shall include SF 330 and any applicable attachments. All responses are due on or before Wednesday, May 19, 2022, at 4:00 PM Eastern Time. 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; 36C77622R0064 EHRM Infrastructure Upgrades Buffalo, NY 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) Dun & Bradstreet 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 Lorna.Craig@va.gov. by May 3, 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 Attachments: ATTACHMENT 1 VHA Required Div 01 Spec Sections ATTACHMENT 2 VA OEHRM Site Infrastructure Requirements 2.0 ATTACHMENT 3 HEFP SEP SOCAMES 6 Design Alert 1-6 ATTACHMENT 3.1 Design Alert 7 ATTACHMENT 4 Sensitive Infrastructure Data Classification Memo FOUO ATTACHMENT 5 -- 01 32 16.01 EHRM AE CPM Schedule Spec ATTACHMENT 6 -- PG 18-15 AE Submission Reqts Vol C ATTACHMENT 7 -- Seasonal Influenza with Vaccines ATTACHMENT 8 VHA Directive 1061 ATTACHMENT 9 -- Buffalo VAMC Campus Map ATTACHMENT 10 XMatrix Site Assessment ATTACHMENT 11 Covid Reqs Safety Protocols for Contractors ATTACHMENT 12 OIT Infrastructure Std Telecom Spaces ATTACHMENT 13 AE Design SOW EHRM Instructure Upgrades Buffalo ATTACHMENT 14 Wage Determination SCA ATTACHMENT 15 Past Performance Questionnaire End of Document 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

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