Similar Projects
RFQ - Wareham Peer Review Engineering Consulting Services
Term Contract
Bidding
Wareham, MA 02571

RFQ Design - Town House ADA upgrades and Sprinkler Design
Renovation
Bidding
$1,500,000 CJ est. value
Marion, MA 02738

Engineering, Planning and Development
Post-Bid

Engineering, Planning and Development
Post-Bid

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

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

RFP Engineering - Lake Street Culvert Replacement Final Design and Permitting Project
Infrastructure
Bidding
$200,000 CJ est. value
Kingston, MA 02364

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

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

C--Multiple Award Task Order Contract (MATOC)
New Construction, Term Contract
Post-Bid

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

Microgrid Architectural And General Engineering Services
New Construction, Term Contract
Post-Bid
$10,000,000 est. value

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

C1lb--523A5-13-889 Improve Roadway Systems & Parking Lots Campus Wide Ph-4
Renovation
Post-Bid
$3,500,000 to $5,000,000 est. value
Brockton, MA 02301

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

Last Updated 10/11/2022 12:32 AM
Project Title

RFQ Design - EHRM TASS Design

Physical Address View project details and contacts
City, State (County) Brockton, MA 02301   (Plymouth County)
Category(s) Professional Services
Sub-Category(s) Architectural, Engineering
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected October 2023
Bids Due View project details and contacts
Estimated Value $3,800,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

SYNOPSIS: INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2), this Sources Sought Notice is for market research and information purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for the EHRM Design EHRM TASS Design Brockton, MA design project at the Brockton VA Medical Center (BVAMC) located at 940 Belmont St., Brockton, MA 02301. PROJECT DESCRIPTION: 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 to provide Electronic Health Record Modernization (EHRM) training and administrative support spaces. 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 kick off construction project conferences, review of construction material submittals and shop drawings, approximately 2 site visits during construction (before and after modular trailer placement) to ensure compliance with the design drawings and specifications, 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 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. All Part Two Services are optional line items and will not be exercised at the time of award. 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. 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. The proposed project will be a competitive firm-fixed-price contract utilizing the design-bid-build approach (Final Specifications and Drawings will be provided). The anticipated solicitation will be issued as either a Request for Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors or as an Invitation for Bid (IFB) in accordance with FAR Part 14. The results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. This project is planned for advertising in September 2022. The estimated cost of construction is $3,800,000. The applicable North American Industry Classification System (NAICS) code is 541330 with a size standard of $16.5 million. The services for this project will include providing all construction related services such as: providing labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to include the following information: Section 1: Provide company name, DUNS number, company address, Point-of-Contact name, phone number and email. Section 2: Provide company business size based on NAICS code 541330. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.). Section 3: Provide a Statement of Interest in the project. Section 4: Provide the prime contractor available bonding capacity in the form of a letter of intent from your bonding company with this submission. Section 5: Provide the type of work your company has performed in the past in support of the same or similar requirement. This section is IMPORTANT as it will help to determine the type of socio-economic set-aside, if any. Please provide the following in your response No more than three (3) contracts that your company has performed within the last seven (7) years that are of comparable size, complexity, and scope to this requirement. Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates. Describe specific technical skills and key personnel your company possess to perform the requirements described under description of work. Describe your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. It is requested that interested contractors submit a response (electronic submission) of no more than eight (8) single sided pages, single-spaced, 12-point font minimum that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Please also include a cover page, which includes, at a minimum: the company name, address, Unique Entity ID (UEI), socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary point of contact listed below by OCT 14, 2022 at 1:00 PM ET. No phone calls will be accepted. The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. At this time no solicitation exists; therefore, please DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released it will be synopsized in Contract Opportunities at https://Sam.gov. It is the potential offeror responsibility to monitor this site for the release of any solicitation or synopsis. Contracting Office Address: VHA Program Contracting Activity Central (VHA-PCAC) 6100 Oak Tree Blvd. Suite 490 Independence, OH 44131 Primary Point of Contact: Joel McKinney Contract Specialist Joel.McKinney@va.gov Secondary Point of Contact: Megan Dohm Supervisory Contract Specialist Megan.dohm@va.gov The method of contractor selection has not been determined at this time.

Details

Division 01 - General Requirements.
Division 03 - Concrete.
Division 04 - Masonry.
Division 05 - Metals.
Division 06 - Wood, Plastics, and Composites.
Division 07 - Thermal and Moisture Protection.
Division 08 - Openings.
Division 09 - Finishes.
Division 10 - Specialties.
Division 11 - Equipment.
Division 13 - Special Construction.
Division 21 - Fire Suppression.
Division 22 - Plumbing.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC).
Division 25 - Integrated Automation.
Division 26 - Electrical.
Division 27 - Communications.
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